View
216
Download
0
Category
Preview:
Citation preview
COAST WATER SERVICES BOARD
BIDDING DOCUMENT
FOR
KISHENYI DAM DESILTING WORKS
FOR WUNDANYI SUB COUNTY IN TAITA TAVETA COUNTY
CONTRACT NO.CWSB/T /12/2015-2016
EMPLOYER:
CHIEF EXECUTIVE OFFICER,
COAST WATER SERVICES BOARD
P.O. BOX 90417-80100
MOMBASA
E-mail: info@cwsb.go.ke
JUNE 2016
2
TABLE OF CONTENTS
SECTION I: INVITATION FOR TENDERS ............................................................ 4
SECTION II: INSTRUCTIONS TO TENDERER ....................................................... 6
SECTION III: TENDER DATA SHEET..................................................................... 7
SECTION IV: GENERAL CONDITIONS OF CONTRACT .................................... 45
SECTION V: CONTRACT DATA SHEET ............................................................... 45
SECTION VI: SPECIFICATIONS ............................................................................ 81
SECTION VII: DRAWINGS ..................................................................................... 83
SECTION VIII: BILL OF QUANTITIES ................................................................. 84
SECTION IX: TENDER FORMS ............................................................................ 89
SECTION X: FORMS OF SECURITY ................................................................... 104
SECTION XI: APPLICATION TO PUBLIC PROCUREMENT
ADMINISTRATIVE REVIEW BOARD ........................................................... 111
3
ABBREVIATIONS AND ACRONYMS
CDS Contract Data Sheet
GCC General Conditions of Contract
IFT Invitation for Tender
ITT Instruction to Tenderers
PE Procuring Entity
PM Project Manager
PPAD 2015 Public Procurement and Asset Disposal Act, 2015
PPDR 2013 Public Procurement and Disposal Regulations, 2013
PPOA Public Procurement Oversight Authority
STD Standard Tender Documents
SOR Statement of Requirements
SP Service Provider
TDS Tender Data Sheet
VAT Value Added Tax
5
COAST WATER SERVISES BOARD
TENDER NO.CWSB/T/12/2015-2016
For
KISHENYI DAM DESILTING WORKS
1. The Coast Water Services Board has received funds from the Government of
Kenya towards the cost of Kishenyi Dam Desilting and intends to apply the
proceeds of these funds to cover eligible payments under the contract for
Kishenyi Dam Desilting Works.
1. Tendering will be conducted through the OPEN tendering procedures
specified in The Public Procurement and Asset Disposal Act 2015and The
Public Procurement and Asset Disposal Regulations.
2. A complete set of Tendering Documents in English can be obtained upon
payment of non-refundable fees of Ksh.1,000 (Kenya Shillings One
Thousand only) in cash or Bankers Cheque payable to Coast Water Services
Board OR may be downloaded from Coast Water Services Board website
www.cwsb.go.ke free of charge.
Interested eligible Tenderers may obtain further information from and inspect
the Tendering Documents at the Procurement office and the link below:
Chief Executive officer
Coast Water Services Board
Mikindani Street- off Nkrumah Road
P.O. Box 90417
Mombasa, KENYA
Tel 254-041-2315230
Website: - www.cwsb.go.ke
http://www.cwsb.go.ke/Tenders.htm
3. All Tenders Shall be valid for 120 days accompanied by a Bid Security of
Kshs.500,000.00.
4. All Tenders in one original and two copies, properly filled and enclosed in
plain envelopes must be delivered to Coast Water Services Board, P.O. Box
90417, Mikindani Street Mombasa at or before 5th
July 2016 at 11:00am.
Tenders will be opened promptly thereafter in public and in the presence of
6
Tenderers’ representatives who choose to attend in the opening at the Coast
Water Services Boards Boardroom.
5. Late Tenders, incomplete Tenders, Tenders not received, Tenders not opened
at the Tender opening ceremony shall not be accepted for evaluation
irrespective of the circumstances.
CHIEF EXECUTIVE OFFICER
COAST WATER SERVICES BOARD
8
Table of Clauses
SECTION II: INSTRUCTIONS TO TENDERERS (ITT) ............................................7
A. Introduction ...................................................................................................... 10
1. Scope of Tender ........................................................................................... 10
2. Source of Funds ........................................................................................... 10
3. Eligible Tenderers ........................................................................................ 10
4. One Tender per Tenderer ............................................................................. 12
5. Alternative Tenders by Tenderers ................................................................ 12
6. Cost of Tendering ........................................................................................ 13
7. Site Visit and Pre-Tender Meeting .............................................................. 13
B. Tendering Documents ...................................................................................... 14
8. Content of Tendering Documents ................................................................ 14
9. Clarification of Tendering Documents ........................................................ 15
10. Amendments of the Tendering Documents ................................................. 15
C. Preparation of Tenders ..................................................................................... 16
11. Language of Tender ..................................................................................... 16
12. Documents Constituting the Tender ............................................................ 16
13. Documents Establishing Eligibility and Qualifications of the Tenderer ..... 16
14. Lots Package ................................................................................................ 18
15. Form of Tender ............................................................................................ 18
16. Tender Prices ............................................................................................... 18
17. Tender Currencies ........................................................................................ 19
18. Tender Validity Period ................................................................................. 19
19. Tender Security and Tender Securing Declaration ...................................... 20
20. Format and Signing of Tender ..................................................................... 22
D. Submission of Tenders ..................................................................................... 22
21. Sealing and Marking of Tenders .................................................................. 22
22. Deadline for Submission of Tenders ............................................................ 23
23. Late Tenders................................................................................................. 23
24. Modification, Substitution and Withdrawal of Tenders .............................. 24
E. Opening and Evaluation of Tenders ................................................................ 24
25. Opening of Tenders...................................................................................... 24
26. Confidentiality ............................................................................................. 26
27. Clarification of Tenders ............................................................................... 26
28. Preliminary Examination of Tenders ........................................................... 27
29. Correction of Errors ..................................................................................... 28
30. Conversion to Single Currency .................................................................... 28
31. Comparison of Tenders ................................................................................ 29
32. National Preference ...................................................................................... 29
33. Determination of the Lowest Evaluated Tender .......................................... 30
34. Post-qualification of Tenderer ..................................................................... 30
F. Award of Contract............................................................................................ 30
35. Criteria of Award ......................................................................................... 30
36. Clarifications ................................................................................................ 31
37. Procuring Entity’s Right to Accept any Tender and to Reject any or all
Tenders ................................................................................................................. 32
38. Procuring Entities Right to Vary Quantities at the Time of Award ............. 32
39. Notification of Award .................................................................................. 32
40. Signing of Contract ...................................................................................... 33
41. Performance Security ................................................................................... 33
9
42. Advance Payment ........................................................................................ 34
43. Adjudicator .................................................................................................. 34
G. Review of Procurement Decisions ................................................................... 35
44. Right to Review ........................................................................................... 35
45. Time Limit on Review ................................................................................. 35
46. Submission of Applications for Review by the Public Procurement
Administrative Review Board...................................................................... 35
47. Decision by the Public Procurement Administrative Review Board ........... 36
48. Appeal on the decision of the Review Board ............................................... 36
10
A. Introduction
1. Scope of
Tender
1.1 The Procuring Entity indicated in the Tender Data Sheet
(TDS) invites Tenders for the construction of works as
specified in the Tender Data Sheet and Sections VI
(Technical Specifications) and VII (Drawings).
1.2 The successful Tenderer will be expected to complete the
works by the required completion date specified in the
Tender Data Sheet.
1.3 The objectives of the works are listed in the Tender Data
Sheet. These are mandatory requirements. Any subsequent
detail is offered to support these objectives and must not be
used to dilute their importance.
2. Source of
Funds
2.1 The Government of Kenya has set aside funds for the use
of the Procuring Entity named in the Tender Data Sheet
during the Financial Year indicated in the Tender Data
Sheet. It is intended that part of the proceeds of the funds
will be applied to cover eligible payments under the
contract for the works as described in the Tender Data
Sheet.
2.2 Payments will be made directly by the Procuring Entity (or
by financing institution specified in the Tender Data
Sheet upon request of the Procuring Entity to so pay) and
will be subject in all respects to the terms and conditions of
the resulting contract placed by the Procuring Entity.
3. Eligible
Tenderers
3.1 A Tenderer may be a natural person, private or public
company, government-owned institution, subject to sub-
Clause 3.4 or any combination of them with a formal intent
to enter into an agreement or under an existing agreement
in the form of a joint venture, consortium, or association.
In the case of a joint venture, consortium, or association,
unless otherwise specified in the Tender Data Sheet, all
parties shall be jointly and severally liable.
3.2 The Invitation for Tenders is open to all suppliers as
defined in the Public Procurement and Asset Disposal Act,
2005 and the Public Procurement and Asset Disposal
Regulations, 2006 except as provided hereinafter.
3.3 National Tenderers shall satisfy all relevant licensing
and/or registration with the appropriate statutory bodies in
Kenya, such as the Ministry of Public Works or the Energy
Regulatory Commission.
11
3.4 A Tenderer shall not have a conflict of interest. All
Tenderers found to have a conflict of interest shall be
disqualified. A Tenderer may be considered to have a
conflict of interest with one or more parties in this
Tendering process, if they:
a) Are associated or have been associated in the past
directly or indirectly with employees or agents of the
Procuring Entity or a member of a board or committee
of the Procuring Entity;
b) Are associated or have been associated in the past,
directly or indirectly with a firm or any of its affiliates
which have been engaged by the Procuring Entity to
provide consulting services for the preparation of the
design, specifications and other documents to be used
for the procurement of the works under this Invitation
for Tenders;
c) Have controlling shareholders in common; or
d) Receive or have received any direct or indirect subsidy
from any of them; or
e) Have the same legal representative for purposes of this
Tender; or
f) Have a relationship with each other, directly or through
common third parties, that puts them in a position to
have access to information about or influence on the
Tender of another Tenderer, or influence the decisions
of the Procuring Entity regarding this Tendering
process; or
g) Submit more than one Tender in this Tendering
process, However, this does not limit the participation
of subcontractors in more than one Tender, or as
Tenderer and subcontractor simultaneously.
3.5 A Tenderer will be considered to have a conflict of interest
if they participated as a consultant in the preparation of the
design or technical specification of the project and related
services that are the subject of the Tender.
3.6 Tenderers shall not be under a declaration of ineligibility
for corrupt and fraudulent practices issued by the
Government of Kenya in accordance with GCC sub-Clause
3.2.
12
3.7 Government owned enterprises in Kenya may participate
only if they are legally and financially autonomous, if they
operate under commercial law, are registered by the
relevant registration board or authorities and if they are not
a dependent agency of the Government.
3.7 Tenderers shall provide such evidence of their continued
eligibility satisfactory to the Procuring Entity, as the
Procuring Entity shall reasonably request.
4. One Tender
per Tenderer
4.1 A firm shall submit only one Tender, in the same
Tendering process, either individually as a Tenderer or as a
partner in a joint venture pursuant to ITT Clause 5.
4.2 No firm can be a subcontractor while submitting a Tender
individually or as a partner of a joint venture in the same
Tendering process.
4.3 A firm, if acting in the capacity of subcontractor in any
Tender, may participate in more than one Tender but only
in that capacity.
4.4 A Tenderer who submits or participates in more than one
Tender (other than as a subcontractor or in cases of
alternatives that have been permitted or requested) will
cause all the Tenders in which the Tenderer has
participated to be disqualified.
5. Alternative
Tenders by
Tenderers
5.1 Tenderers shall submit offers that comply with the
requirements of the Tendering documents, including the
basic Tenderer’s technical design as indicated in the
specifications and Drawings and Bill of Quantities.
Alternatives will not be considered, unless specifically
allowed for in the Tender Data Sheet. If so allowed, sub-
Clause 5.2 and 5.3 shall govern.
5.2 When alternative times for completion are explicitly
invited, a statement to that effect will be included in the
Tender Data Sheet as will the method of evaluating
different times for completion.
5.3 If so allowed in the Tender Data Sheet, Tenderers
wishing to offer technical alternatives to the requirements
of the Tendering documents must also submit a Tender that
complies with the requirements of the Tendering
documents, including the basic technical design as
indicated in the specifications. In addition to submitting the
basic Tender, the Tenderer shall provide all information
necessary for a complete evaluation of the alternative by
the Procuring Entity, including technical specifications,
13
breakdown of prices, and other relevant details. Only the
technical alternatives, if any, of the lowest evaluated
Tenderer conforming to the basic technical requirements
shall be considered by the Procuring Entity.
6. Cost of
Tendering
6.1 The Tenderer shall bear all costs associated with the
preparation and submission of its Tender, and the
Procuring Entity shall in no case be responsible or liable
for those costs, regardless of the conduct or outcome of the
Tendering process.
7. Site Visit and
Pre-Tender
Meeting
7.1 The Tenderer, at the Tenderer’s own responsibility and
risk, is advised to visit and examine the Site of Works and
its surroundings and obtain all information that may be
necessary for preparing the Tender and entering into a
contract for construction of the Works. The costs of
visiting the Site shall be at the Tenderer’s own expense.
7.2 The Procuring Entity may conduct a site visit and a pre-
Tender meeting. The purpose of the pre-Tender meeting
will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
7.3 The Tenderer’s designated representative is invited to
attend a site visit and pre-Tender meeting which, if
convened, will take place at the venue and time stipulated
in the Tender Data Sheet.
7.4 The Tenderer is requested as far as possible, to submit any
questions in writing or by electronic means to reach the
procuring Entity before the pre-Tender meeting. It may not
be practicable at the meeting to answer all questions, but
questions and responses will be transmitted in accordance
with sub-Clause 7.5.
7.5 Minutes of the pre-Tender meeting, including the text of
the questions raised and the responses given together with
any responses prepared after the pre-Tender meeting will
be transmitted within the time stated in the Tender Data
Sheet to all purchasers of the Tendering documents. Any
modification of the Tendering documents listed in sub-
Clause 8.1 that may become necessary as a result of the
pre-Tender meeting shall be made by the Procuring Entity
exclusively through the issue of an Addendum pursuant to
ITT sub Clause 10.2 and not through the minutes of the
pre-Tender meeting.
7.6 Non attendance during the site visit or pre-Tender meeting
will not be a cause for disqualification of a Tenderer unless
specified to the contrary in the Tender Data Sheet.
14
B. Tendering Documents
8. Content of
Tendering
Documents
8.1 The works required, Tendering procedures, and contract
terms are prescribed in the Tendering Documents. In
addition to the Section I Invitation for Tenders,
Tendering documents which should be read in
conjunction with any addenda issued in accordance with
ITT sub Clause 10.2 include:
Section II Instructions to Tenderers
Section III Tender Data Sheet
Section IV General Conditions of Contract
Section V Contract Data Sheet
Section VI Specifications
Section VII Drawings
Section VIII Bill of Quantities
Section IX Forms of Tender
Form of Tender
Appendix to Tender
Confidential Business Questionnaire
Integrity Declaration
Letter of Acceptance
Form of Contract Agreement
Section X Forms of Security
Tender Security Form
Tender Securing Declaration
Performance Bank or Insurance Guarantee
Advance Payment Guarantee
Section XI Form RB 1 Application to Public
Procurement Administrative Review
Board
8.2 The number of copies to be completed and returned with
the Tender is specified in the Tender Data Sheet.
8.3 The Invitation for Tenders (Section I) issued by the
Procuring Entity is not part of the Tendering Documents
and is included for reference purposes only. In case of
discrepancies between the Invitation for Tenders and the
Tendering Documents listed in sub-Clause 8.1 above,
the said Tendering Documents will take precedence.
8.4 The Procuring Entity is not responsible for the
completeness of the Tendering Documents and their
addenda, if they were not obtained directly from the
authorized staff of the Procuring Entity.
15
8.5 The Tenderer is expected to examine all instructions,
forms, terms and specifications in the Tendering
documents. Failure to furnish all information required by
the Tendering Documents or to submit a Tender
substantially responsive to the Tendering documents in
every respect will be at the Tenderer’s risk and may
result in the rejection of its Tender.
9. Clarification of
Tendering
Documents
9.1 A prospective Tenderer requiring any clarification of the
Tendering documents may notify the Procuring Entity in
writing, e-mail or facsimile at the Procuring Entity's
address indicated in the Tender Data Sheet.
9.2 The Procuring Entity will within the period stated in the
Tender Data Sheet respond in writing to any request
for clarification provided that such request is received no
later than the period indicated in the Tender Data Sheet
prior to the deadline for the submission of Tenders
prescribed in sub-Clause 22.1.
9.3 Copies of the procuring entity's response will be
forwarded to all Purchasers of the Tendering documents,
including a description of the inquiry, but without
identifying its source.
9.4 Should the Procuring Entity deem it necessary to amend
the Tendering documents as a result of a clarification, it
shall do so following the procedure under ITT Clause
10.
10. Amendments
of the
Tendering
Documents
10.1 Before the deadline for submission of Tenders, the
Procuring Entity may, for any reason, whether at its own
initiative or in response to a clarification requested by a
prospective Tenderer, modify the Tendering documents
by issuing addenda.
10.2 Any addendum issued shall be part of the Tender
documents pursuant to sub-Clause 8.1 and shall be
communicated in writing, by e-mail or facsimile to all
who have obtained the Tendering documents directly
from the Procuring Entity.
10.3 In order to allow prospective Tenderers reasonable time
in which to take an addendum into account in preparing
their Tenders, the Procuring Entity at its discretion shall
extend, as necessary, the deadline for submission of
Tenders, in accordance with sub-Clause 22.2
16
C. Preparation of Tenders
11. Language of
Tender
11.1 The Tender, and all correspondence and documents
related to the Tender exchanged by the Tenderer and
the Procuring Entity shall be written in the Tender
language stipulated in the Tender Data Sheet.
Supporting documents and printed literature
furnished by the Tenderer may be in another
language provided they are accompanied by an
accurate translation of the relevant passages in the
above stated language, in which case, for purposes
of interpretation of the Tender, the translation shall
prevail.
12. Documents
Constituting the
Tender
12.1 The Tender submitted by the Tenderer shall consist
of the following components:
a) The Form of Tender (in the format indicated in
Section IX) completed in accordance with ITT
Clause 15, 16 and 17;
b) Information requested by Instructions to
Tenderers ITT sub-Clause 13.2; 13.3 and 13.4;
c) Tender Security or Tender Securing Declaration
in accordance with Instructions to Tenderers ITT
Clause 19;
d) Priced Bill of Quantities;
e) Qualification Information Form and Documents;
f) Alternative offers where invited in accordance
with Instructions to Tenderers ITT Clause 5;
g) Written confirmation authorizing the signatory of
the Tender to commit the Tenderer in accordance
with Instructions to Tenderers ITT sub Clause
19.2; and
h) And any information or other materials required
to be completed and submitted by Tenderers, as
specified in the Tender Data Sheet.
13. Documents
Establishing
Eligibility and
Qualifications of
the Tenderer
13.1 Pursuant to ITT Clause 13, the Tenderer shall
furnish, as part of its Tender, documents establishing
the Tenderer’s eligibility to Tender and its
qualifications to perform the contract if its Tender is
accepted.
17
13.2 In the event that pre-qualification of potential
Tenderers has been undertaken, only Tenders from
pre-qualified Tenderers will be considered for award
of contract. These qualified Tenderers should submit
their Tenders with any information updating the
original pre-qualification applications or,
alternatively, confirm in their Tenders that the
originally submitted pre-qualification information
remains essentially correct as of the date of Tender
submission. The update or confirmation should be
provided in Section IX.
13.3 If the Procuring Entity has not undertaken pre-
qualification of potential Tenderers, to qualify for
award of the contract, Tenderers shall meet the
minimum qualifying criteria specified in the Tender
Data Sheet:
13.4 Tenders submitted by a joint venture of two or more
firms as partners shall comply with the following
requirements, unless otherwise stated in the Tender
Data Sheet:
a) The Tender shall include all the information listed
in the Tender Data Sheet pursuant to sub-Clause
13.3 above for each joint venture partner;
b) The Tender shall be signed so as to be legally
binding on all partners;
c) One of the partners will be nominated as being in
charge, and this authorization shall be evidenced
by submitting a power of attorney signed by
legally authorized signatories of all the partners;
d) The partner in charge shall be authorized to incur
liabilities and receive instructions for and on
behalf of any and all partners of a joint venture
and the entire execution of the Contract, including
payment, shall be done exclusively with the
partner in charge;
e) All partners of the joint venture shall be liable
jointly and severally for the execution of the
contract in accordance with the contract terms and
a statement to this effect shall be included in the
authorization mentioned under (c) above as well
as in the Tender and in the Agreement (in case of
a successful Tender); and
18
f) A copy of the joint venture agreement entered
into by all partner shall be submitted with the
Tender. Alternatively, a Letter of Intent to
execute a joint venture agreement in the event of
a successful Tender shall be signed by all partners
and submitted with the Tender, together with a
copy of the proposed Agreement.
g) The Tender Security and Tender Securing
Declaration as stated in accordance with ITT
Clause 19, and in case of a successful Tender, the
Agreement, shall be signed so as to be legally
binding on all partners.
14. Lots Package 14.1 When Tendering for more than one contract under
the lots arrangements, the Tenderer must provide
evidence that it meets or exceeds the sum of all the
individual requirements for the lots being tendered in
regard to:
a) Average annual turnover;
b) Particular experience including key production
rates;
c) Financial means, etc;
d) Personnel capabilities; and
e) Equipment capabilities.
14.2 In case the Tenderer fail to fully meet any of these
criteria, it may be qualified only for those lots for
which the Tenderer meets the above requirement.
15. Form of Tender 15.1 The Tenderer shall fill the Form of Tender furnished
in the Tendering Documents. The Form of Tender
must be completed without any alterations to its
format and no substitute shall be accepted.
16. Tender Prices 16.1 The Contract shall be for the whole Works, as
described in sub-Clause 1.1, based on the priced Bill
of Quantities submitted by the Tenderer.
16.2 The Tenderer shall fill in rates and prices for all
items of the Works described in the Bill of
Quantities. Items for which no rate or price is
entered by the Tenderer will not be paid for by the
Procuring Entity when executed and shall be deemed
covered by the other rates and prices in the Bill of
quantities.
16.3 All duties, taxes and other levies payable by the
Contractor under the Contract, or for any other
19
cause, as of the date 15 days prior to the deadline for
submission of Tenders, shall be included in the rates,
prices and total Tender price submitted by the
Tenderer.
16.4 The rates and prices quoted by the Tenderer shall be
subject to adjustment during the performance of the
Contract if provided for in the Tender Data Sheet
and the provisions of the Conditions of Contract.
The Tenderer shall submit with the Tender all the
information required under the Contract Data
Sheet.
17. Tender
Currencies
17.1 The unit rates and prices shall be quoted by the
Tenderer in the currency as specified in the Tender
Data Sheet.
17.2 Tenderers shall indicate details of their expected
foreign currency requirements in the Tender, if any.
The rates of exchange to be used by the Tenderers in
arriving at the local currency equivalent shall be the
selling rates for similar transactions established by
the authority specified in the Tender Data Sheet
prevailing on the date 28 days prior to the latest
deadline for submission of Tenders. These exchange
rates shall apply for all payments so that no
exchange risk will be borne by the Tenderer. In any
case, payments will be computed using the rates
quoted in the Tender.
17.3 Tenderers may be required by the Procuring Entity
to clarify their foreign currency requirements and to
substantiate that the amounts included in the rates
and prices and in the Contract Data Sheet are
reasonable and responsive to sub-Clause 17.1.
18. Tender Validity
Period
18.1 Tenders shall remain valid for the period specified in
the Tender Data Sheet after the Tender submission
deadline prescribed by the Procuring Entity,
pursuant to ITT Clause 22. A Tender valid for a
shorter period shall be rejected by the Procuring
Entity as non responsive.
18.2 In exceptional circumstances, prior to expiry of the
original Tender validity period, the Procuring Entity
may request that the Tenderers extend the period of
validity for a specified additional period. The request
and the Tenderers' responses shall be made in
writing or by cable. A Tenderer may refuse the
request without forfeiting its Tender Security or
20
causing to be executed its Tender Securing
declaration. A Tenderer agreeing to the request will
not be required or permitted to otherwise modify the
Tender, but will be required to extend the validity of
its Tender Security or Tender Securing declaration
for the period of the extension, and in compliance
with ITT Clause 19 in all respects.
18.3 In the case of fixed price contracts, if the award is
delayed by a period exceeding sixty (60) days
beyond the expiry of the initial Tender validity
period, the contract price will be increased by a
factor specified in the request for extension. The
Tender evaluation shall be based on the Tender price
without taking into consideration on the above
correction.
19. Tender Security
and Tender
Securing
Declaration
19.1 Pursuant to ITT Clause 12, where required in the
Tender Data Sheet, the Tenderer shall furnish as
part of its Tender, a Tender Security in original form
and in the amount and currency specified in the
Tender Data Sheet .
A Tender Securing Declaration as specified in the
Tender Data Sheet in the format provided in
section X shall be provided as a mandatory
requirement.
19.2 The Tender Security or Tender Securing Declaration
is required to protect the Procuring Entity against the
risk of Tenderer’s conduct which would warrant the
security’s forfeiture, pursuant to ITT sub-Clause
19.9.
19.3 The Tender Security shall be denominated in the
currency of the Tender and shall be in one of the
following forms:
a) Cash;
b) A Bank Guarantee;
c) An Insurance Bond issued by an insurance firm
approved by the PPOA located in Kenya;
d) An irrevocable letter of credit issued by a
reputable bank.
19.4 The Tender Security shall be in accordance with the
Form of the Tender Security included in Section X
or another form approved by the Procuring Entity
21
prior to the Tender submission.
19.5 The Tender Security shall be payable promptly upon
written demand by the Procuring Entity in case any
of the conditions listed in sub-Clause 19.8 are
invoked.
19.6 Any Tender not accompanied by a Tender Security
in accordance with sub-Clauses 19.1 or 19.3 shall be
rejected by the Procuring Entity as non-responsive,
pursuant to ITT Clause 28.
19.7 The Procuring Entity shall immediately release any
Tender Security if:
a) The procuring proceedings are terminated;
b) The Procuring Entity determines that none of the
submitted Tenders is responsive;
c) A contract for the procurement is entered into.
19.8 The Tender Security shall be forfeited and the
Tender Securing Declaration executed if the
Tenderer:
a) Withdraws its Tender after the deadline for
submitting Tenders but before the expiry of the
period during which Tenders must remain valid;
b) Rejects a correction of an arithmetic error
pursuant to sub-Clause 29.2;
c) Refuse to enter into a written contract in
accordance with ITT Clause 40;
d) Fails to furnish the Performance Security in
accordance with ITT Clause 41.
19.9 The Tender Security and Tender Securing
Declaration of a joint venture must be in the name of
the joint venture submitting the Tender.
19.10 A Tenderer shall be suspended from being eligible
for Tendering in any contract with the Procuring
Entity for the period of time indicated in the Tender
Securing Declaration:
a) If the Tenderer withdraws its Tender, except as
provided in ITT sub-Clauses 18.2 and 29.2; or
22
b) In the case of a successful Tenderer, if the
Tenderer fails within the specified time limit to:
(i) Sign the contract; or
(ii) Furnish the required Performance Security.
20. Format and
Signing of Tender
20.1 The Tenderer shall prepare one original of the
documents comprising the Tender as described in
ITT Clause 12 of these Instructions to Tenderers,
with the Form of Tender, and clearly marked
“ORIGINAL”. In addition, the Tenderer shall
submit copies of the Tender, in the number specified
in the Tender Data Sheet, and clearly marked as
“COPIES”. In the event of discrepancy between
them, the original shall prevail.
20.2 The original and all copies of the Tenders shall be
typed or written in indelible ink and shall be signed
by a person or persons duly authorized to sign on
behalf of the Tenderer. This authorization shall
consist of a written confirmation as specified in the
Tender Data Sheet and shall be attached to the
Tender. The name and position held by each person
signing the authorization must be typed or printed
below the signature. All pages of the Tender, except
for un-amended printed literature, shall be initialled
by the person or persons signing the Tender.
20.3 Any interlineations, erasures, or overwriting shall be
valid only if they are initialled by the person or
persons signing the Tender.
20.4 The Tenderer shall furnish information as described
in the Form of Tender on commissions or gratuities,
if any, paid or to be paid to agents relating to this
Tender and to contract execution if the Tenderer is
awarded the contract
D. Submission of Tenders
21. Sealing and
Marking of
Tenders
21.1 The Tenderer shall seal the original and each copy of
the Tender in separate envelopes, duly marking the
envelopes as “ORIGINAL” and “COPY”. The
envelopes shall then be sealed in an outer envelope
securely sealed in such a manner that opening and
resealing cannot be achieved undetected.
23
21.2 The inner and outer envelopes shall:
a) Be addressed to the Procuring Entity at the address
given in the Tender Data Sheet; and
b) Bear the Project name indicated in the Tender
Data Sheet, the Invitation for Tenders (IFB) title
and number indicated in the Tender Data Sheet,
and a statement: “DO NOT OPEN BEFORE,” to
be completed with the time and the date specified
in the Tender Data Sheet, pursuant to ITT sub-
Clause 22.1.
21.3 In addition to the identification required in sub-Clause
21.2, the inner envelopes shall also indicate the name
and address of the Tenderer to enable the Tender be
returned unopened in case it is declared late, pursuant
to sub-Clause 22.1 and for matching purpose under
ITT Clause 23
21.4 If the outer envelope is not sealed and marked as
required by ITT sub clause 21.2, the Procuring Entity
shall assume no responsibility for misplacement or
premature opening of the Tender.
22. Deadline for
Submission of
Tenders
22.1 Tenders shall be received by the Procuring Entity at
the address specified under ITT sub-Clause 21.2 no
later than the date and time specified in the Tender
Data Sheet.
22.2 The Procuring Entity may, in exceptional
circumstances and at its discretion, extend the
deadline for the submission of Tenders by amending
the Tendering documents in accordance with ITT
Clause 9, in which case all rights and obligations of
the Procuring Entity and Tenderers previously subject
to the deadline will thereafter be subject to the new
deadline.
22.3 The extension of the deadline for submission of
Tenders shall not be made later than the period
specified in the Tender Data Sheet before the expiry
of the original deadline.
23. Late Tenders 23.1 The Procuring Entity shall not consider for evaluation
any Tender that arrives after the deadline for
submission of Tenders, in accordance with ITT Clause
22.
23.2 Any Tender received by the Procuring Entity after the
24
deadline for submission of Tenders shall be declared
late, rejected and returned unopened to the Tenderer
24. Modification,
Substitution and
Withdrawal of
Tenders
24.1 A Tenderer may modify or substitute or withdraw its
Tender after it has been submitted, provided that
written notice of the modification, including
substitution or withdrawal of the Tender, is received
by the Procuring Entity prior to the deadline
prescribed for submission of Tenders prescribed under
ITT sub-Clause 22.1.
24.2 The Tenderer’s modification or substitution or
withdrawal notice shall be prepared, sealed, marked,
and dispatched in accordance with the provisions of
ITT Clauses 20 and 21 with the outer and inner
envelopes additionally marked “MODIFICATION”
or SUBSTITUTION or “WITHDRAWAL” as
appropriate. The notice may also be sent by electronic
mail and facsimile, but followed by a signed
confirmation copy, postmarked not later than the
deadline for submission of Tenders.
24.3 No Tender may be withdrawn, replaced or modified in
the interval between the deadline for submission of
Tenders and the expiration of the period of Tender
validity specified by the Tenderer on the Tender
Form. Withdrawal of a Tender during this interval
shall result in the Tenderer’s forfeiture of its Tender
Security or execution of Tender Securing Declaration,
pursuant to the ITT sub-Clause 19.9.
24.4 Withdrawal of a Tender between the deadline for
submission of Tenders and the expiration of the period
of Tender validity specified in the Tender Data Sheet
or as extended pursuant to sub-Clause 22.2 shall result
in the forfeiture of the Tender Security and execution
of Tender Securing Declaration pursuant to ITT sub-
Clause 19.9.
24.5 Tenderers may only offer discounts to, or otherwise
modify the prices of their Tenders by submitting
Tender modifications in accordance with this Clause,
or included in the original Tender submission.
E. Opening and Evaluation of Tenders
25. Opening of
Tenders
25.1 The Procuring Entity will open all Tenders including
modifications, substitution or withdraw notices made
pursuant to ITT Clause 24, in public, in the presence
of Tenderers or their representatives who choose to
25
attend and other parties with legitimate interest and
Tender proceedings, at the place on the date and at
time specified in the Tender Data Sheet. The
Tenderers’ representatives who are present shall sign
a register as proof of their attendance.
25.2 Envelopes marked “WITHDRAWAL” shall be
opened and read out first. Tenders for which an
acceptable notice of withdrawal has been submitted
pursuant to ITT Clause 24 shall not be opened but
returned to the Tenderer. If the withdrawal envelope
does not contain a copy of the “Power of Attorney”
confirming the signature as a person duly authorized
to sign on behalf of the Tenderer, the corresponding
Tender will be opened. Subsequently, all envelopes
marked "MODIFICATION" shall be opened and
the submissions therein read out in appropriate detail.
Thereafter all envelopes marked or
"SUBSTITUTION" opened and the submissions
therein read out in appropriate detail.
25.3 All other envelopes shall be opened one at a time.
The Tenderers' names, the Tender prices, the total
amount of each Tender and of any alternative Tender
(if alternatives have been requested or permitted), any
discounts, the presence or absence of Tender security,
and such other details as the appropriate tender
opening committee may consider appropriate, will be
announced by the Secretary of the Tender Opening
Committee at the opening.
25.4 Tenders or modifications that are not opened and not
read out at Tender opening shall not be considered
further for evaluation, irrespective of the
circumstances. In particular, any discount offered by
a Tenderer which is not read out at Tender opening
shall not be considered further.
25.5 Tenderers are advised to send in a representative with
the knowledge of the content of the Tender who shall
verify the information read out from the submitted
documents. Failure to send a representative or to
point out any un-read information by the sent
Tenderer’s representative shall indemnify the
Procuring Entity against any claim or failure to read
out the correct information contained in the
Tenderer’s Tender.
25.6 No Tender will be rejected at Tender opening except
for late Tenders which will be returned unopened to
26
the Tenderer, pursuant to ITT Clause 23.
25.7 The Secretary of the appropriate tender opening
committee shall prepare minutes of the Tender
opening. The record of the Tender opening shall
include, as a minimum: the name of the Tenderers
and whether or not there is a withdrawal, substitution
or modification, the Tender price per Lot if
applicable, including any discounts and alternative
offers and the presence or absence of a Tender
Security or Tender Securing Declaration.
25.8 The Tenderers’ representatives who are present shall
be requested to sign the record. The omission of a
Tenderer’s signature on the record shall not invalidate
the contents and affect the record.
25.9 A copy of the minutes of the Tender opening shall be
furnished to individual Tenderers upon request.
26. Confidentiality 26.1 Information relating to the examination, clarification,
evaluation, and comparison of Tenders and
recommendations for the award of a Contract shall
not be disclosed to Tenderers or any other persons not
officially concerned with such process until the award
to the successful Tenderer has been announced.
26.2 Any effort by a Tenderer to influence the Procuring
Entity’s processing of Tenders or award decisions
may result in the rejection of his Tender.
26.3 Notwithstanding sub-Clause 26.2, from the time of
Tender opening to the time of Contract award, if any
Tenderer wishes to contact the Procuring Entity on
any matter related to the Tendering process, it should
do so in writing.
27. Clarification of
Tenders
27.1 To assist in the examination, evaluation, comparison
of Tenders and post-qualification of the Tenderer, the
Procuring Entity may, at its discretion, ask a Tenderer
for clarification of its Tender including breakdown of
prices. Any clarification submitted by a Tenderer that
is not in response to a request by the Procuring Entity
shall not be considered.
27.2 The request for clarification and the response shall be
in writing. No change in the prices or substance of the
Tender shall be sought, offered, or permitted except
to confirm the correction of arithmetic errors
discovered by the Procuring Entity in the evaluation
27
of Tenders in accordance with ITT Clause 29.
27.3 From the time of Tender opening to the time of
Contract award if any Tenderer wishes to contact the
Procuring Entity on any matter related to the Tender
it should do so in writing.
28. Preliminary
Examination of
Tenders
28.1 Prior to the detailed evaluation of Tenders, the
Procuring Entity will determine whether:
a) The Tender has been submitted in the required
format;
b) Any Tender Security submitted is in the required
form, amount and validity period;
c) The Tender has been signed by the person lawfully
authorized to do so;
d) The required number of copies of the Tender have
been submitted;
e) The Tender is valid for the period required;
f) All required documents and information have been
submitted; and
g) Any required samples have been submitted.
28.2 The Procuring Entity will confirm that the documents
and information specified under ITT Clause 12 and
ITT Clause 13 have been provided in the Tender. If
any of these documents or information is missing, or
is not provided in accordance with the Instructions to
Tenderers, the Tender shall be rejected.
28.3 The Procuring Entity may waive any minor
informality, nonconformity, or irregularity in a
Tender which does not constitute a material
deviation, provided such waiver does not prejudice or
affect the relative ranking of any Tenderer
28.4 A substantially responsive Tender is one which
conforms to all the terms, conditions, and
specifications of the Tendering documents, without
material deviation or reservation. A material
deviation or reservation is one that:
a) Affects in any substantial way the scope, quality,
or execution of the Works;
28
b) Limits in any substantial way, inconsistent with
the Tendering documents, the Procuring Entity's
rights or the Tenderer’s obligations under the
Contract; or
c) If rectified, would affect unfairly the competitive
position of other Tenderers presenting
substantially responsive Tenders.
28.5 If a Tender is not substantially responsive, it will be
rejected by the Procuring Entity, and may not
subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or
reservation.
29. Correction of
Errors
29.1 Tenders determined to be substantially responsive
will be checked by the Procuring Entity for any
arithmetic errors. Errors will be corrected by the
Procuring Entity as follows:
a) If there is a discrepancy between unit prices and
the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail,
and the total price shall be corrected, unless in the
opinion of the Procuring Entity there is an obvious
misplacement of the decimal point in the unit
price, in which the total price as quoted shall
govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected; and
c) Where there is a discrepancy between the amounts
in figures and in words, the amount in words will
govern.
29.2 The amount stated in the Tender will, be adjusted by
the Procuring Entity in accordance with the above
procedure for the correction of errors and, with, the
concurrence of the Tenderer, shall be considered as
binding upon the Tenderer. If the Tenderer does not
accept the corrected amount, its Tender will then be
rejected, and the Tender Security may be forfeited
and the Tender Securing Declaration may be executed
in accordance with sub-Clause 19.9.
30. Conversion to
Single Currency
30.1 To facilitate the evaluation and comparison, the
Procuring Entity will convert all Tender prices
29
expressed in the amounts in various currencies in
which the Tender prices are payable to Kenya
Shillings at the selling exchange rate established for
similar transactions by the Central Bank of Kenya
ruling on the date specified in the Tender Data
Sheet.
31. Comparison of
Tenders
31.1 The Procuring Entity shall evaluate and compare only
the Tenders determined to be substantially responsive
in accordance with ITT Clause 28.
31.2 In evaluating the Tenders, the Procuring Entity will
determine for each Tender the evaluated Tender price
by adjusting the Tender price as follows:
Making any correction for errors pursuant to ITT
Clause 29;
Excluding provisional sums and the provision, if any
for contingencies in the Bill of Quantities, but
including Day work , where priced competitively ;
and
Making appropriate adjustments to reflect discounts
or other price modifications offered in accordance
with sub-Clause 24.5.
31.3 The Procuring Entity may waive any minor
informality or non-conformity, which does not
constitute a material deviation, provided such waiver
does not prejudice or affect the relative standing of
any Tenderer. Variations, deviations, and alternative
offers and other factors, which are in excess of the
requirements of the Tendering documents or
otherwise result in unsolicited benefits for the
Procuring Entity will not be taken into account in
Tender evaluation.
32. National
Preference
32.1 In the evaluation of Tenders the Procuring Entity
shall apply exclusive preference to citizens of Kenya
where:
a) The funding is 100% from the Government of
Kenya or a Kenyan body;
b) The amounts are below the prescribed threshold of
KShs.200 million;
32.2 To qualify for the preference the candidate shall
provide evidence of eligibility by:
a) Proving Kenyan citizenship by production of a
Kenyan Identity Card; or
30
b) Providing proof of being a “citizen contractor” in
terms of section 3(1) of the Act, i.e. being a natural
person or an incorporated company wholly owned
and controlled by persons who are citizens of
Kenya.
32.3 The Minister of Finance may prescribe additional
preference and/or reservation schemes, for example
for procurements above these thresholds. If such
additional preference schemes apply, details will be
given in the Tender Data Sheet.
33. Determination of
the Lowest
Evaluated Tender
33.1 The Tender with the lowest evaluated price from
among those which are eligible, compliant and
substantially responsive shall be the lowest evaluated
Tender.
34. Post-qualification
of Tenderer
34.1 If specified in the Tender Data Sheet, post-
qualification shall be undertaken.
34.2 The Procuring Entity will determine to its satisfaction
whether the Tenderer that is selected as having
submitted the lowest evaluated responsive Tender is
qualified to perform the contract satisfactorily, in
accordance with the criteria listed in sub-Clause 13.3.
34.3 The determination will take into account the
Tenderer’s financial, technical, and production
capabilities. It will be based upon an examination of
the documentary evidence of the Tenderer’s
qualifications submitted by the Tenderer, pursuant to
sub-Clause 13.3, as well as such other information as
the Procuring Entity deems necessary and
appropriate. Factors not included in these Tendering
documents shall not be used in the evaluation of the
Tenderer’s qualifications.
34.4 An affirmative determination will be a prerequisite
for award of the contract to the Tenderer. A negative
determination will result in rejection of the
Tenderer’s Tender, in which event the Procuring
Entity will proceed to the next lowest evaluated
Tender to make a similar determination of that
Tenderer’s capabilities to perform satisfactorily.
F. Award of Contract
35. Criteria of Award 35.1 Subject to ITT Clause 35 and 36, the
Procuring Entity will award the Contract to the
31
Tenderer whose Tender has been determined
to be substantially responsive to the Tendering
documents and who has offered the lowest
Evaluated Tender Price, provided that such
Tenderer has been determined to be:
a) Eligible in accordance with the provisions
of ITT Clause 3;
b) Is determined to be qualified to perform the
Contract satisfactorily;
c) Successful negotiations have been
concluded.
35.2 If, pursuant to sub-Clause 14.1, this Contract
is being awarded on a “lot and package” basis,
the lowest evaluated Tender price will be
determined when evaluating this Contract in
conjunction with other Contracts to be
awarded concurrently, taking into account any
discounts offered by the Tenderer for award of
more than one Contract.
36. Clarifications 36.1 Clarifications may be undertaken with the
lowest evaluated Tenderer relating to the
following areas:
a) A minor alteration to the technical details
of the statement of requirements;
b) Reduction of quantities for budgetary
reasons, where the reduction is in excess of
any provided for in the Tendering
documents;
c) A minor amendment to the Contract Data
Sheet;
d) Finalizing payment arrangements;
e) Mobilization arrangements;
f) Agreeing final delivery or work schedule to
accommodate any changes required by the
Procuring Entity;
g) The methodology or staffing; or
h) Clarifying details that were not apparent or
32
could not be finalized at the time of
Tendering.
36.2 Clarifications shall not change the substance
of the tender.
37. Procuring Entity’s Right
to Accept any Tender
and to Reject any or all
Tenders
37.1 Notwithstanding ITT Clause 35, the Procuring
Entity reserves the right to accept or reject any
Tender, and to cancel the Tendering process
and reject all Tenders, at any time prior to the
award of Contract, without thereby incurring
any liability to the affected Tenderer or
Tenderers.
37.2 Notice of the rejection of all Tenders shall be
given promptly within 14 days to all
Contractors that have submitted Tenders.
37.3 The Procuring Entity shall upon request
communicate to any Tenderer the grounds for
its rejection of its Tenders, but is not required
to justify those grounds.
38. Procuring Entities Right
to Vary Quantities at the
Time of Award
38.1 The Procuring Entity reserves the right at the
time of contract award to increase or decrease
the quantity of goods or related services
originally specified in these Tendering
documents (schedule of requirements)
provided this does not exceed by the
percentage indicated in the Tender Data
Sheet, without any change in unit price or
other terms and conditions of the Tender and
Tendering documents.
39. Notification of Award 39.1 The Tenderer whose Tender has been accepted
will be notified of the award by the Procuring
Entity prior to expiration of the Tender
validity period by e-mail or facsimile
confirmed by registered letter. This letter
(hereinafter and in the Conditions of Contract
called the "Letter of Acceptance") will state
the sum that the Procuring Entity will pay the
Contractor in consideration of the provision
and maintenance of the Work(s) as prescribed
by the Contract (hereinafter and in the
Contract called the “Contract Price”).
39.2 The notification of award will constitute the
formation of the Contract, subject to the
Tenderer furnishing the Performance Security
33
in accordance with ITT Clause 41 and signing
the Contract in accordance with sub-Clause
40.2
39.3 At the same time as the person submitting the
successful Tender is notified, the Procuring
Entity will notify each unsuccessful Tenderer,
the name of the successful Tenderer and the
Contract amount and will discharge the Tender
Security and Tender Securing Declaration of
the Tenderer pursuant to ITT sub Clause 19.7.
39.4 If, after notification of award, a Tenderer
wishes to ascertain the grounds on which it’s
Tender or application for pre-qualification was
unsuccessful, it should address its request to
the secretary of the Tender Committee that
authorized the award of contract. The
secretary of the Tender Committee shall,
within fourteen days after a request, provide
written reasons as to why the Tender, proposal
or application to be pre-qualified was
unsuccessful. However, failure to take this
opportunity to clarify the grounds for rejection
does not affect the Tenderer’s right to seek
immediate review by the Public Procurement
Administrative Review Board under Clause
45.
40. Signing of Contract 40.1 Promptly, and in no case later than 14 days,
after notification, Procuring Entity shall send
the successful Tenderer the Agreement and
Contract Data Sheet, incorporating all
agreements between the parties obtained as a
result of Contract negotiations.
40.2 Within the period specified in the notification
or Tender Data Sheet but not earlier than
fourteen (14) days since notification of award
of contract, the successful Tenderer shall sign
and date the contract and return it to the
Procuring Entity.
41. Performance Security 41.1 Within thirty (30) days but after 14 days after
receipt of the Letter of Acceptance, the
successful Tenderer shall deliver to the
Procuring Entity a Performance Security in the
amount and in the form stipulated in the
Tender Data Sheet and the Contract Data
Sheet, denominated in the type and proportions
34
of currencies in the Letter of Acceptance and
in accordance with the Conditions of Contract.
41.2 If the Performance Security is provided by the
successful Tenderer in the form of a Bank
Guarantee or Insurance Bond, it shall be issued
either:
a) At the Tenderer’s option, by a bank or
insurance firm located in Kenya, or a
foreign bank or insurance firm through a
correspondent bank or insurance firm
located in Kenya;
b) With the consent of the Procuring entity,
directly by a foreign bank acceptable to the
Procuring entity.
41.3 Failure of the successful Tenderer to comply
with the requirement of sub-Clause 41.1 shall
constitute sufficient grounds for the annulment
of the award and forfeiture of the Tender
Security, in which event the Procuring Entity
may make the award to the next lowest
evaluated Tenderer or call for new Tenders.
42. Advance Payment 42.1 The Procuring Entity will provide an Advance
Payment as stipulated in the Conditions of
Contract, subject to a maximum amount, as
stated in the Tender Data Sheet.
42.2 The Advance Payment request shall be
accompanied by an Advance Payment Security
(Guarantee) in the form provided in Section X.
For the purpose of receiving the Advance
Payment, the Tenderer shall make an estimate
of, and include in its Tender, the expenses that
will be incurred in order to commence work.
These expenses will relate to the purchase of
equipment, machinery, materials, and on the
engagement of labour during the first month
beginning with the date of the Procuring
Entity’s “Notice to Commence” as specified in
the Contract Data Sheet.
43. Adjudicator 43.1 The Procuring Entity proposes the person
named in the Tender Data Sheet to be
appointed as Adjudicator under the Contract, at
an hourly fee specified in the Tender Data
Sheet, plus reimbursable expenses. If the
35
Tenderer disagrees with this proposal, the
Tenderer should so state in the Tender. If, in
the Letter of Acceptance, the Procuring Entity
has not agreed on the appointment of the
Adjudicator, the Adjudicator shall be
appointed by the Appointing Authority
designated in the Contract Data Sheet at the
request of either party.
G. Review of Procurement Decisions
44. Right to Review 44.1 A Tenderer who claims to have suffered or risk
suffering, loss or damage or injury as a result of
breach of a duty imposed on a Procuring Entity or
an Approving Authority by the Public Procurement
and Asset Disposal Act, 2005 and the Public
Procurement and Asset Disposal Regulations 2006,
the procurement proceedings or processes, may
seek administrative review as prescribed by the
Act. The following matters, however, shall not be
subject to the administrative review:
a) The choice of procurement method;
b) a decision by the Procuring Entity to reject all
Tenders, proposals or quotations;
c) Where a contract is signed in accordance to
Section 68 of the Public Procurement and Asset
Disposal Act,2005;
d) Where an appeal is frivolous.
45. Time Limit on
Review
45.1 The Tenderer shall submit an application for review
in the number of copies and pay fees as prescribed
by the Public Procurement and Asset Disposal
Regulations 2006 within fourteen (14) days of the
time the Tenderer became or should have become
aware of the circumstances giving rise to the
complaint or dispute.
46. Submission of
Applications for
Review by the
Public Procurement
Administrative
Review Board
46.1 Any application for administrative review shall be
submitted in writing to the Secretary, Public
Procurement Administrative Review Board on
Form RB 1 at the address shown in the Tender Data
Sheet. The secretary to the review board shall
immediately after filing of the request, serve a copy
thereof on the Procuring Entity or Director-General
as the case may be.
36
46.2 The application for administrative review shall be
in accordance with the requirements of Regulation
73 of the Public Procurement and Asset Disposal s
Regulations,2006, including:
a) Reasons for the complaint ,including any alleged
breach of the Act or Regulations;
b) An explanation of how the provisions of the Act
and or Regulation has been breached or omitted,
including the dates and name of the responsible
public officer, where known;
c) Statements or other evidence supporting the
complaint where available as the applicant
considers necessary in support of its request;
d) Remedies sought;
e) Any other information relevant to the complaint.
47. Decision by the
Public Procurement
Administrative
Review Board
47.1 The Administrative Review Board shall within
thirty days after receipt of an application for
administrative review deliver a written decision
which shall indicate:
a) Annulling anything the Procuring Entity has
done in the procurement proceedings, including
annulling the procurement proceedings in their
entirety;
b) Giving directions to the Procuring Entity with
respect to anything to be done or redone in the
procurement proceedings;
c) Substituting the decision of the Review Board
for any decision of the Procuring Entity in the
procurement proceedings;
d) Order the payment of costs as between parties to
the review.
47.2 The decision made by the Review Board shall, be
final and binding on the parties unless judicial
review thereof commences within fourteen (14)
days from the date of the Review Board’s decision.
48. Appeal on the
decision of the
Review Board
48.1 Any party to the review aggrieved by the decision
of the Review Board may appeal to the High Court
and the decision of the High Court shall be final.
39
Tender Data Sheet (TDS)
Instructions to Tenderers Clause Reference
TDS
Reference
Number
ITT
Clause
Number
Amendments of, and Supplements to, Clauses in the
Instruction to Tenderers
A. Introduction
1. 1.1
The Procuring Entity is Coast Water Services Board
2. 1.1
Name of Project is : Kishenyi Dam Desilting Works
3. 1.2
The expected completion date of the works is six (6) months
from the commencement date.
4. 1.3
The Objectives of the Project are provision of potable water
and reliable water supply for communities in Werugha and
Kishushe of Taita Taveta County.
5. 2.1 Name of financing institution is Government of Kenya
Name of the Procuring Entity is Coast Water Services Board
Financial Year: 2016 / 2017
Works under the contracts:
a ) The execution of conclusive earthworks
c) Desilting of Kishenyi Dam silted up areas to increase Dam
Capacity.
d) Dig to create surface water drains to avoid flood water
entering the reservoir from the adjacent farms
6. 2.2
The grant number is N/A
7. 5.1
Alternative Tenders are not allowed in this Tender.
8. 5.2
Alternative time for completion is not applicable
9. 3.1 Only Tenderers registered in NCA 5 and above in water and or
civil Works.
40
10. 7.3
Pre-Tender meeting shall not be held but contractors are
encouraged to visit the site to collect the relevant data.
11. 7.5 The minutes of the pre-Tender meeting will be transmitted
within N/A
7.6 Non-attendance at the pre-tender meeting will not result in
disqualification
B. Tendering Documents
12. 8.2 The number of copies to be completed and returned with the
Tender is Three (3)
13. 8.1 Address for clarification of Tendering Document is:
Coast Water Services Board
Mikindani Street- off Nkrumah Road
P.O. Box 90417
Mombasa, KENYA
Email: - info@cwsb.go.ke
14. 8.2 Period to Respond to request for clarification by the Procuring
Entity Seven (7) days Period Prior to deadline for submission of
Tenders for Tenderers to request clarification.
C. Preparation of Tenders
15.
11.1 Language of Tender and all correspondence shall be English
16. 13.3 Other information or materials required to be completed and
submitted by Tenderers :
a) Copies of original documents defining the constitution or legal
status, place of registration, and principal, place of business;
written power of attorney authorizes the signatory of the Tender
to commit the Tenderer.
b) The minimum required annual volume of Water works and
related works of the last 3 years shall be Ksh.10Million
c) Experience as prime contractor in the construction of at least
one project of a nature and complexity equivalent to the Works
the last 3 years or the period stated in b) above (to comply with
this requirement, works cited should be at least 70 percent
complete).
41
d) The essential equipment to be made available for the Contract
by the successful Tenderer (proposals for timely acquisition or
own, lease, hire, etc) shall be:
1. Long Reach excavator------- -------2No.
2. Vacuum Tanker---------------------- 1no
3. 7 Ton lorry ------------------------------3No
e) Key Staff required:
1. Site Manager with a minimum of 5 years experience in
civil work.
2. Site Foreman with a minimum of 5years experience in
earth works
3. Qualified masons preferably grade 1 with 5 year
experience in construction works.
4. Adequate tools for dredging and earthworks.
f) The bidder must demonstrate access to or availability of
financial resources such as liquid assets,
unencumbered real assets, lines of credit and other
financial means other than any contractual advance
payments to meet the following cash flow
requirements: Kshs.10million (Kenya Shillings ten
million only).
g) Information regarding litigation, current
17. 13.4
In the case of joint venture each partner shall submit information
required under Clause ITT Clause 13.4. In addition the Tenderer
shall furnish the following,
N/A
18. 16.4
The price shall be “fixed”.
19. 17.1
The currency in which the prices shall be quoted shall be:
Kenyan Shilling
20. 17.2
30.2
The authority for establishing the rates of exchange shall be:
42
Central Bank of Kenya.
The applicable date for exchange rates for tendering and evaluation
purposes is 28 days earlier than the final deadline for the submission
of tenders.
21. 18.1
The Tender validity period shall be 120 days.
22. 19.1
The amount of Tender Security shall be Ksh.500,000.00
23. 20.1
In addition to the original of the Tender, the Tenderer should submit
Three (3) copies.
24. 20.2 Written confirmation of authorization are:
Power of attorney is provided.
D. Submission of Tenders
25. 21.2 a) Tenders shall be submitted to:
Street Address: Mikindani Street off Nkrumah road
Building/Plot No.: Coast water Services Board Offices
Floor/Room No.: CWSB Procurement Office
City/Town: Mombasa
26. 21.2 b) Project name: Kishenyi Dam Desilting Works
Tender number: CWSB/T/12/2015-2016
Time and date for submission 5th
July 2016
27. 22.1 The deadline for Tender submission is
a) Day : Tuesday
b) Date: 5th
July 2016
c) Time: 11:00 am
28. 22.3 The extension of the deadline for submission of Tenders shall be
made not later than 7 days before the expiry of the original
deadline.
29 24.4 Expiry of Tender validity is 120 days
43
E. Opening and Evaluation of Tenders
29. 25.1 The Tender opening shall take place at:
Street address Mikindani Street off Nkrumah road
Building/Plot No. Coast water Services Board Offices
Floor/Room No. CWSB Boardroom
City/Town: Mombasa
Country : Kenya
Date: 5th
July 2016 Time:11:05am.
30. 32.3 Additional Preference; N/A
31. 34.1
Post- qualification will be undertaken
32. 38.1
Percentage for quantities increase or decrease is 15 %
F. Award of Contract
33. 41.1
The amount of Performance Security shall be 10% of the contract
price.
34. 42.1
The Advance Payment shall be 10% percent of the Contract
Price
35. 43.1
The proposed adjudicator for the project is:
To be proposed by the employer from names recommended by the
chairman, Chartered Institute of Arbitrators. P.O. Box 50163 –
00200,
NAIROBI, whose hourly rate shall be 7,000.00
G. Review of Procurement Decisions
37. 46.1 The address for submitting appeals to Administrative Review Board
:
The Secretary,
44
Public Procurement Administrative Review Board ,
The Public Procurement Oversight Authority,
10th
Floor ,National Bank House,
P.O. Box 58583-00200,
NAIROBI, Kenya.
Tel: +254 (0) 20 3244000
Email: info@ppoa.go.ke
Website: www.ppoa.go.ke
46
Table of Clauses
A. General………………………………………………….……………… 49
1. Definitions…………………………………………………….................... 49
2.Interpretation…………………………………………………… ..................... 51
3. Language, Law, Fraud and Corruption……………………… .................... 51
4.Confidentiality…………………………………………………. ..................... 54
5. Project Manager’s Decisions………………………………… ................... 54
6. Delegation…………………………………………………… .................... 54
7. Communications…………………………………………….. .................... 54
8. Subcontracting………………………………………………. ...................... 54
9. Other Contractors…………………………………………… ....................... 54
10. Personnel………………………………………………………. ................... 54
11. Procuring Entity’s and Contractor’s Risks…………….......... .................... 55
12. Procuring Entity’s Risks…………………………………… .................... 55
13. Contractor’s Risks………………………………………… ........................ 55
14. Insurance……………………………………………………..... ................. 55
15. Site Investigation Reports…………………………………… .................... 56
16. Queries about the Contract Data Sheet…………………….……………...56
17. Contractor to Construct the Works………………………….. .................... 56
18. Commence-ment and Completion………………………….. .................... 56
19. Approval by the Project Manager……………………………….………...57
20. Protection of the Environment………………………………. .................... 57
21. Labour Laws………………………………………………… .................... 57
22. Health and Safety……………………………………………… ................. 57
23. Discoveries…………………………………………………….. ................. 58
24. Possession of the Site……………………………………….. ..................... 58
47
25. Access to the Site……………………………………………… ................. 58
26. Instructions, Inspections and Audits………………………….. .................. 58
27. Disputes……………………………………………………….................... 58
28. Procedure for Disputes………………………………………… ................. 58
29. Replacement of Adjudicator…………………………………... ................. 59
B. Time Control………………………………………………….………………..59
30. Programme……………………………………….. ..................................... 60
31. Extension of the Intended Completion Date……..………..……………...60
32. Acceleration………………………………………………………………61
33. Delays Ordered by the Project Manager……………………. ..................... 61
34. Management Meetings………………………………………… ................. 61
35. Early Warning………….……………………………………. .................... 61
C. Quality Control……………………………………………………………….61
36. Identifying Defects……………………………….…………………….…61
37. Tests…………………………………………………… ............................. 62
38. Correction of Defects…………………………………………. .................. 62
39. Uncorrected Defects…………………………………………..................... 62
D. Cost Control……………………………………………………….……. 62
40. Bill of Quantities………………………………..………………………...62
41. Changes in the Quantities……………………………………..…………..62
42. Variations………………………………………………….………………63
43. Payments for Variations……………………………………… ................... 63
44. Cash Flow Forecasts…………………………………….. .......................... 63
45. Payment Certificates…………………………………………. ................... 63
48
46. Payments……………………………………………………… .................. 64
47. Compensation Events…………………………………………..................... 65
48. Taxes…………………………………………………………. ................... 66
49. Currencies…………………………………………………….. .................. 66
50. Price Adjustment……………………………………………… .................... 66
51. Retention……………………………………………………… .................. 69
52. Liquidated Damages………………………………………….. .................. 69
53. Bonus…………………………………………………………. .................. 69
54. Advance Payment…………………………………………….. .................. 70
55. Performance Securities……………………………………… .................... 70
56. Dayworks…………………………………………………….. ................... 70
57. Cost of Repairs……………………………………………….. ................... 71
E. Finishing the Contract…………………………………………………………71
58. Completion Certificate………………………………….. ............................. 71
59. Taking Over………………………………………………… ..................... 71
60. Final Account………………………………………………… ................... 71
61. Operating and Maintenance Manuals………………………………..……71
62.Termination………………………………………………… ......................... 71
63. Payment upon Termination………………………………… ...................... 73
64. Property………………………………………………………. ................... 73
65. Release from Performance………………………………… ....................... 73
66. Suspension of Financing……………………………………… .................... 74
49
A. General
1. Definitions 1.1 Boldface type is used to identify defined terms.
The Adjudicator is the person appointed jointly by the
Procuring Entity and the Contractor to resolve disputes
in the first instance, as provided for in Clauses 27 and
28 hereunder.
Bill of Quantities means the priced and completed Bill of
Quantities forming part of the Tender.
Compensation Events are those defined in Clause 47
hereunder.
The Completion Date is the date of completion of the
Works as certified by the Project Manager, in
accordance with Sub-Clause 58.1.
The Contract is the Contract between the Procuring Entity
and the Contractor to execute, complete, and maintain
the Works. It consists of the documents listed in Clause
2.3 below.
The Contractor is a person or corporate body whose
Tender to carry out the Works has been accepted by the
Procuring Entity.
The Contractor’s Tender is the completed Tendering
document submitted by the Contractor to the Procuring
Entity.
The Contract Price is the price stated in the Letter of
Acceptance and thereafter as adjusted in accordance
with the provisions of the Contract.
Days are calendar days; months are calendar months.
Dayworks are varied work inputs subject to payment on a
time basis for the Contractor’s employees and
Equipment, in addition to payments for associated
Materials and Plant.
A Defect is any part of the Works not completed in
accordance with the Contract.
The Defects Liability Certificate is the certificate issued
by the Project Manager upon correction of defects by
the Contractor.
The Defects Liability Period is the period named in the
Contract Data Sheet and calculated from the
Completion Date.
Drawings include calculations and other information
provided or approved by the Project Manager for the
50
execution of the Contract.
The Procuring Entity is the party who employs the
Contractor to carry out the Works.
Equipment is the Contractor’s machinery and vehicles
brought temporarily to the Site to construct the Works.
The Initial Contract Price is the Contract Price listed in
the Procuring Entity’s Letter of Acceptance.
The Intended Completion Date is the date on which it is
intended that the Contractor shall complete the Works.
The Intended Completion Date is specified in the
Contract Data Sheet. The Intended Completion Date
may be revised only by the Project Manager by issuing
an extension of time or an acceleration order.
Materials are all supplies, including consumables, used by
the Contractor for incorporation in the Works.
Plant is any integral part of the Works that shall have a
mechanical, electrical, chemical, or biological function.
The Project Manager is the person named in the Contract
Data Sheet (or any other competent person appointed
by the Procuring Entity and notified to the Contractor,
to act in replacement of the Project Manager) who is
responsible for supervising the execution of the Works
and administering the Contract and shall be an
“Architect” or a “Quantity Surveyor” registered under
the Architects and Quantity Surveyors Act Cap 525 or
an “Engineer” registered under Engineers Registration
Act Cap 530.
The Site is the area defined as such in the Contract Data
Sheet.
Site Investigation Reports are those that were included in
the Tendering documents and are factual and
interpretative reports about the surface and subsurface
conditions at the Site.
Specification means the Specification of the Works
included in the Contract and any modification or
addition made or approved by the Project Manager.
The Start Date is given in the Contract Data Sheet. It is
the latest date when the Contractor shall commence
execution of the Works. It does not necessarily
coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a
Contract with the Contractor to carry out a part of the
work in the Contract, which includes work on the Site.
Temporary Works are works designed, constructed,
51
installed, and removed by the Contractor that are
needed for construction or installation of the Works.
A Variation is an instruction given by the Project Manager
that varies the Works.
The Works are what the Contract requires the Contractor to
construct, install, and turn over to the Procuring Entity,
as defined in the Contract Data Sheet.
“Force Majeure” means an event which is beyond the
reasonable control of a Party and which makes a Party’s
performance of its obligations under the Contract
impossible or so impractical as to be considered
impossible under the circumstances.
2. Interpretation 2.1 In interpreting these Conditions of Contract, singular also
means plural, male also means female or neuter, and the
other way round. Headings have no significance. Words
have their normal meaning under the language of the
Contract unless specifically defined. The Project Manager
will provide instructions clarifying queries about these
Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data
Sheet, references in the Conditions of Contract to the
Works, the Completion Date, and the Intended
Completion Date apply to any Section of the Works (other
than references to the Completion Date and Intended
Completion Date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted
in the order of priority given in the Contract Data Sheet:
(1) Agreement;
(2) Letter of Acceptance;
(3) Contract Data Sheet;
(4) Conditions of Contract;
(5) Technical Specifications;
(6) Contractor’s Tender;
(7) Drawings;
(8) Bill of Quantities; and
(9) Any other document listed in the Contract Data
Sheet as forming part of the Contract.
3. Language, Law,
Fraud and
Corruption
3.1 The language of the Contract and the law governing the
Contract are stated in the Contract Data Sheet.
3.2 The Government requires that Procuring Entities
(including beneficiaries of Government funded projects)
52
as well as Tenderers/Suppliers/Contractors under
Government financed contracts, observe the highest
standard of ethics during the procurement and execution
of such contracts. It is the responsibility of the Procuring
Entity to ensure that Tenderers, suppliers, and contractors
and their subcontractors observe the highest standard of
ethics during the procurement and execution of such
contracts. In pursuance of this policy:
For the purpose of this provision, the following definitions
are provided:
(i). “Corruption” has the meaning assigned to it in
the Anti Corruption and Economic Crime Act
2003 and includes the offering, giving, receiving
or soliciting of anything of value to influence
the action of a public official in the procurement
or disposal process or in contract execution;
(ii). “Fraudulent Practice” includes a
misrepresentation of fact in order to influence a
procurement or disposal process or the
execution of a contract to the detriment of the
Procuring Entity and includes collusive
practices amongst Tenderers prior to or after
Tender submission designed to establish Tender
prices at artificial non competitive levels and
deprive the Procuring Entity of the benefits of
free and open competition;
(iii). “Collusive Practice” means an arrangement
between two or more suppliers, contractors and
subcontractors designed to achieve an improper
purpose, including to influence improperly the
actions of the Procuring Entity prior to or after
Tender submission , designed to establish
Tender prices at artificial non competitive levels
and to deprive the Procuring Entity of the
benefit of free and open competition;
(iv). “Coercive Practice” means impairing or
harming, or threatening to impair or harm,
directly or indirectly a supplier, contractor or
subcontractor or the property of any of them to
influence improperly the actions of a Procuring
Entity;
(v). “Obstructive Practice” means deliberately
destroying, falsifying, altering or concealing of
evidence material to the investigation or making
false statements to investigators in order to
materially impede an investigation into
53
allegations of a corrupt, fraudulent, coercive or
collusive practice; and /or threatening, harassing
or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to
the investigation or from pursuing the
investigation.
A Procuring Entity has the right to require that Tenderers,
suppliers, and contractors and their subcontractors
permit persons duly appointed by KACC/PPOA/KNAO
to inspect their accounts and records and other
documents relating to the Tender submission and
contract performance;
The Procuring Entity will reject a proposal for award if it
determines that the Tenderer recommended for award
has engaged in corrupt, fraudulent practices or others
stated under Clause 44.1.a in competing for the
contract;
In pursuit of the policy defined in sub-Clause 44.1 the
Procuring Entity will cancel the portion of the funds
allocated to a contract for goods, works, or services if it
at any time determines that corrupt or fraudulent
practices were engaged in by representatives of the
Procuring Entity or Approving Authority or of a
beneficiary of the funds during the procurement or the
execution of that contract;
In the event that the Procuring Entity or Approving
Authority does not take timely and appropriate action
satisfactory to the Government of Kenya to remedy the
situation, then the Director-General may order an
investigation of procurement proceedings for the
purpose of determining whether there has been a breach
of the Public Procurement and Asset Disposal Act,
2005.
3.3 The Director-General may, on the advice of the Advisory
Board, debar a person from participating in procurement
proceedings on the ground that the person has committed
an offence under the Public Procurement and Asset
Disposal Act, 2005. A debarment shall be for a period of
time of not less than five years. Before a person is so
debarred, he/she will be given an opportunity to make
representations to the Director-General and may request
the Review Board to review the debarment.
3.4 Any communication between the Tenderers and the
Procuring Entity related to matters of alleged fraud or
corruption must be made in writing.
54
4. Confidentiality 4.1 The Service Providers, their Subcontractors, and the
Personnel of either of them shall not disclose any
proprietary or confidential information relating to the
Project, the Services, this Contract, or the Procuring
Entity’s business or operations without the prior written
consent of the Procuring Entity.
5. Project
Manager’s
Decisions
5.1 Except where otherwise specifically stated, the Project
Manager will decide contractual matters between the
Procuring Entity and the Contractor in the role
representing the Procuring Entity.
6. Delegation 6.1 The Project Manager may delegate any of his duties and
responsibilities to other people except to the Adjudicator,
after notifying the Contractor, and may cancel any
delegation after notifying the Contractor.
7. Communication
s
7.1 Communications between parties that are referred to in the
Conditions shall be effective only when in writing. A
notice shall be effective only when it is delivered.
8. Subcontracting 8.1 The Contractor may subcontract with the approval of the
Project Manager, but may not assign the Contract without
the approval of the Procuring Entity in writing.
Subcontracting shall not alter the Contractor’s obligations.
9. Other
Contractors
9.1 The Contractor shall cooperate and share the Site with
other contractors, public authorities, utilities, and the
Procuring Entity between the dates given in the Schedule
of Other Contractors, as referred to in the Contract Data
Sheet. The Contractor shall also provide facilities and
services for them as described in the Schedule. The
Procuring Entity may modify the Schedule of Other
Contractors, and shall notify the Contractor of any such
modification
10. Personnel 10.1 The Contractor shall employ the key personnel named in
the Schedule of Key Personnel, as referred to in the
Contract Data Sheet, who shall be appropriately qualified
and registered with the appropriate bodies to carry out the
functions stated in the Schedule or other personnel
approved by the Project Manager. The Project Manager
will approve any proposed replacement of key personnel
only if their relevant qualifications and abilities are
substantially equal to or better than those of the personnel
listed in the Schedule.
10.2 If the Project Manager asks the Contractor to remove a
person who is a member of the Contractor’s staff or work
force, stating the reasons, the Contractor shall ensure that
the person leaves the Site within seven days and has no
55
further connection with the work in the Contract.
11. Procuring
Entity’s and
Contractor’s
Risks
11.1 The Procuring Entity carries the risks which this Contract
states are Procuring Entity’s risks, and the Contractor
carries the risks which this Contract states are Contractor’s
risks.
12. Procuring
Entity’s Risks
12.1 From the Start Date until the Defects Correction
Certificate has been issued, the following are Procuring
Entity’s risks:
a) The risk of personal injury, death, or loss of or damage to
property (excluding the Works, Plant, Materials, and
Equipment), which are due to:
(i) Use or occupation of the Site by the Works or
for the purpose of the Works, which is the
unavoidable result of the Works; or
(ii) Negligence, breach of statutory duty, or
interference with any legal right by the
Procuring Entity or by any person employed by
or contracted to him except the Contractor.
b) The risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the
Procuring Entity or in the Procuring Entity’s design, or due
to war or radioactive contamination directly affecting the
country where the Works are to be executed.
12.2 From the Completion Date until the Defects Correction
Certificate has been issued, the risk of loss of or damage
to the Works, Plant, and Materials is an Procuring Entity’s
risk except loss or damage due to:
(a) A Defect which existed on the Completion Date;
(b) An event occurring before the Completion Date,
which was not itself an Procuring Entity’s risk; or
(c) The activities of the Contractor on the Site after the
Completion Date.
13. Contractor’s
Risks
13.1 From the Starting Date until the Defects Correction
Certificate has been issued, the risks of personal injury,
death, and loss of or damage to property (including,
without limitation, the Works, Plant, Materials, and
Equipment) which are not Procuring Entity’s risks are
Contractor’s risks.
14. Insurance 14.1 The Contractor shall provide, in the joint names of the
Procuring Entity and the Contractor, insurance cover from
the Start Date to the end of the Defects Liability Period, in
56
the amounts and deductibles stated in the Contract Data
Sheet for the following events which are due to the
Contractor’s risks:
(a) Loss of or damage to the Works, Plant, and
Materials;
(b) Loss of or damage to Equipment;
(c) Loss of or damage to property (except the Works,
Plant, Materials, and Equipment) in connection with
the Contract; and
(d) Personal injury or death.
14.2 Policies and certificates for insurance shall be delivered by
the Contractor to the Project Manager for the Project
Manager’s approval before the Start Date. All such
insurance shall provide for compensation to be payable in
the types and proportions of currencies required to rectify
the loss or damage incurred.
14.3 If the Contractor does not provide any of the policies and
certificates required, the Procuring Entity may effect the
insurance which the Contractor should have provided and
recover the premiums the Procuring Entity has paid from
payments otherwise due to the Contractor or, if no
payment is due, the payment of the premiums shall be a
debt due.
14.4 Alterations to the terms of insurance shall not be made
without the approval of the Project Manager.
14.5 Both parties shall comply with any conditions of the
insurance policies.
15. Site
Investigation
Reports
15.1 The Contractor, in preparing the Tender, shall rely on any
Site Investigation Reports referred to in the Contract
Data Sheet, supplemented by any information available to
the Tenderers.
16. Queries about
the Contract
Data Sheet
16.1 The Project Manager will clarify queries on the Contract
Data Sheet.
17. Contractor to
Construct the
Works
17.1 The Contractor shall construct and install the Works in
accordance with the Specifications and Drawings.
18. Commencement
and Completion
18.1 The Contractor may commence execution of the Works on
the Start Date and shall carry out the Works in accordance
with the Programme submitted by the Contractor, as
updated with the approval of the Project Manager, and
complete them by the Intended Completion Date.
57
19. Approval by the
Project
Manager
19.1 The Contractor shall submit Specifications and Drawings
showing the proposed Temporary Works to the Project
Manager, who is to approve them if they comply with the
Specifications and Drawings.
19.2 The Contractor shall be responsible for the design of
Temporary Works.
19.3 The Project Manager’s approval shall not alter the
Contractor’s responsibility for design of the Temporary
Works.
19.4 The Contractor shall obtain approval of third parties to the
design of the Temporary Works, where required.
19.5 All Drawings prepared by the Contractor for the execution
of the temporary or permanent Works, are subject to prior
approval by the Project Manager before their use.
20. Protection of
the
Environment
20.1 The Contractors shall take all reasonable steps to protect
the environment and to limit damage and nuisance to
people and property resulting from pollution, noise and
other results of his operations.
20.2 The Contractors shall ensure that emissions, surface
discharges and effluent from his activities shall not exceed
prescribed values in the environmental laws.
21. Labour Laws 21.2 The Contractor shall comply with all the relevant labour
laws applicable in the Country, including laws relating to
workers employment, working hours, health, safety,
welfare, and immigration, and shall allow them all their
legal rights.
21.2 The Contractor shall require his employees to obey all
applicable laws, including those concerning safety at
work.
22. Health and
Safety
22.1 The Contractor shall at all times take all reasonable
precautions to maintain the health and safety of his
personnel.
22.2 The Contractor shall ensure that first aid facilities are
available at all times at the site and that suitable
arrangements are made for all necessary welfare and
hygiene requirements and for the prevention of epidemics.
22.3 The Contractor shall notify the Procuring Entity details of
any accident as soon as practicable after its occurrence.
The Contractor shall maintain records and make reports
concerning health, safety, and welfare of persons, and
damage to the property, as the Procuring Entity may
58
reasonably require.
22.4 The Contractor shall conduct an HIV-Aids awareness
programme, and shall take other such measures as
specified in the Contract Data Sheet to reduce the risk of
transfer of HIV virus between and among Contractor
personnel, the Procuring Entity’s Staff and the
surrounding community.
23. Discoveries 23.1 Anything of historical or other interest or of significant
value unexpectedly discovered on the Site shall be the
property of the Procuring Entity. The Contractor shall
notify the Project Manager of such discoveries and carry
out the Project Manager's instructions for dealing with
them.
24. Possession of
the Site
24.1 The Procuring Entity shall give possession of all parts of
the Site to the Contractor. If possession of a part is not
given by the date stated in the Contract Data Sheet, the
Procuring Entity will be deemed to have delayed the start
of the relevant activities, and this will be a Compensation
Event.
25. Access to the
Site
25.1 The Contractor shall allow the Project Manager and any
person authorized by the Project Manager access to the
Site and to any place where work in connection with the
Contract is being carried out or is intended to be carried
out.
26. Instructions,
Inspections and
Audits
26.1 The Contractor shall carry out all instructions of the
Project Manager which comply with the applicable laws
where the Site is located.
26.2 The Contractor shall permit the Kenya Government to
inspect the Contractor’s accounts and records relating to
the performance of the Contractor and to have them
audited by auditors appointed by the Kenya Government,
if so required by the Kenya Government
27. Disputes 27. 1 If the Contractor believes that a decision taken by the
Project Manager was either outside the authority given to
the Project Manager by the Contract or that the decision
was wrongly taken, the decision shall be referred to the
Adjudicator within 14 days of the notification of the
Project Manager’s decision.
28. Procedure for
Disputes
28.1 The Adjudicator shall give a decision in writing within 28
days of receipt of a notification of a dispute.
28.2 The Adjudicator shall be paid by the hour at the rate
specified in the Tender Data Sheet and Contract Data
59
Sheet, together with reimbursable expenses of the types
specified in the Contract Data Sheet, and the cost shall
be divided equally between the Procuring Entity and the
Contractor, whatever decision is reached by the
Adjudicator. Either party may refer a decision of the
Adjudicator to an Arbitrator within 28 days of the
Adjudicator’s written decision. If neither party refers the
dispute to arbitration within the above 28 days, the
Adjudicator’s decision will be final and binding.
28.3 The arbitration shall be conducted in accordance with the
arbitration procedure published by the institution named
and in the place shown in the Contract Data Sheet.
29. Replacement of
Adjudicator
29.1 Should the Adjudicator resign or die, or should the
Procuring Entity and the Contractor agree that the
Adjudicator is not functioning in accordance with the
provisions of the Contract, a new Adjudicator will be
jointly appointed by the Procuring Entity and the
Contractor. In case of disagreement between the
Procuring Entity and the Contractor, within 30 days, the
Adjudicator shall be designated by the Appointing
Authority designated in the Contract Data Sheet at the
request of either party, within 14 days of receipt of such
request.
B. Time Control
60
30. Programme 30.1 Within the time stated in the Contract Data Sheet, the
Contractor shall submit to the Project Manager for
approval a Programme showing the general methods,
arrangements, order, and timing for all the activities in
the Works.
30.2 An update of the Programme shall be a programme showing
the actual progress achieved on each activity and the effect
of the progress achieved on the timing of the remaining
work, including any changes to the sequence of the
activities.
30.3 The Contractor shall submit to the Project Manager for
approval an updated Programme at intervals no longer than
the period stated in the Contract Data Sheet. If the
Contractor does not submit an updated Programme within
this period, the Project Manager may withhold the amount
stated in the Contract Data Sheet from the next payment
certificate and continue to withhold this amount until the
next payment after the date on which the overdue
Programme has been submitted.
30.4 The Project Manager’s approval of the Programme shall not
alter the Contractor’s obligations. The Contractor may
revise the Programme and submit it to the Project Manager
again at any time. A revised Programme shall show the
effect of Variations and Compensation Events
31. Extension of
the Intended
Completion
Date
31.1 The Project Manager shall extend the Intended Completion
Date if a Compensation Event occurs or a Variation is
issued which makes it impossible for Completion to be
achieved by the Intended Completion Date without the
Contractor taking steps to accelerate the remaining work,
which would cause the Contractor to incur additional cost.
31.2 The Project Manager shall decide whether and by how much
to extend the Intended Completion Date within 21 days of
the Contractor asking the Project Manager for a decision
upon the effect of a Compensation Event or Variation and
submitting full supporting information. If the Contractor
has failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure
shall not be considered in assessing the new Intended
Completion Date.
61
32. Acceleration 32.1 When the Procuring Entity wants the Contractor to finish
before the Intended Completion Date, the Project Manager
will obtain priced proposals for achieving the necessary
acceleration from the Contractor. If the Procuring Entity
accepts these proposals, the Intended Completion Date will
be adjusted accordingly and confirmed by both the
Procuring Entity and the Contractor.
32.2 If the Contractor’s priced proposals for acceleration are
accepted by the Procuring Entity, they shall be
incorporated in the Contract Price and treated as a
Variation.
33. Delays
Ordered by
the Project
Manager
33.1 The Project Manager may instruct the Contractor to delay
the start or progress of any activity within the Works.
34. Management
Meetings
34.1 Either the Project Manager or the Contractor may require
the other to attend a management meeting. The business of
a management meeting shall be to review the plans for
remaining work and to deal with matters raised in
accordance with the early warning procedure.
34.2 The Project Manager shall record the business of
management meetings and provide copies of the record to
those attending the meeting and to the Procuring Entity.
The responsibility of the parties for actions to be taken shall
be decided by the Project Manager either at the management
meeting or after the management meeting and stated in
writing to all who attended the meeting.
35. Early
Warning
35.1 The Contractor shall warn the Project Manager at the
earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of the
work, increase the Contract Price or delay the execution of
the Works. The Project Manager may require the
Contractor to provide an estimate of the expected effect of
the future event or circumstance on the Contract Price and
Completion Date. The estimate shall be provided by the
Contractor as soon as reasonably possible.
35.2 The Contractor shall cooperate with the Project Manager in
making and considering proposals for how the effect of such
an event or circumstance can be avoided or reduced by
anyone involved in the work and in carrying out any
resulting instruction of the Project Manager.
C. Quality Control
36. Identifying 36.1 The Project Manager shall check the Contractor’s work and
62
Defects notify the Contractor of any Defects that are found. Such
checking shall not affect the Contractor’s responsibilities.
The Project Manager may instruct the Contractor to search
for a Defect and to uncover and test any work that the
Project Manager considers may have a Defect.
37. Tests 37.1 If the Project Manager instructs the Contractor to carry out
a test not specified in the Specification to check whether
any work has a Defect and the test shows that it does, the
Contractor shall pay for the test and any samples. If there
is no Defect, the test shall be a Compensation Event.
38. Correction of
Defects
38.1 The Project Manager shall give notice to the Contractor of
any Defects before the end of the Defects Liability Period,
which begins at Completion, and is defined in the Contract
Data Sheet. The Defects Liability Period shall be extended
for as long as Defects remain to be corrected.
38.2 Every time notice of a Defect is given, the Contractor shall
correct the notified Defect within the length of time
specified by the Project Manager’s notice.
38.3 If the Contractor has not corrected a defect within the time
specified in the Procuring Entity’s notice, a penalty for
lack of performance will be paid by the Contractor. The
amount to be paid will be calculated as a percentage of the
cost of having the defect correct, assessed as described in
Clause 39.
39. Uncorrected
Defects
39.1 If the Contractor has not corrected a Defect within the time
specified in the Project Manager’s notice, the Project
Manager will assess the cost of having the Defect
corrected, and the Contractor will pay this amount.
D. Cost Control
40. Bill of
Quantities
40.1 The Bill of Quantities shall contain items for the
construction, installation, testing, and commissioning work
to be done by the Contractor.
40.2 The Bill of Quantities is used to calculate the Contract
Price. The Contractor shall be paid for the quantity of the
work done at the rate in the Bill of Quantities for each
item.
41. Changes in the
Quantities
41.1 If the final quantity of the work done differs from the
quantity in the Bill of Quantities for the particular item by
more than 25 percent, provided the change exceeds 1
percent of the Initial Contract Price, the Project Manager
shall adjust the rate to allow for the change.
41.2 The Project Manager shall not adjust rates from changes in
63
quantities if thereby the Initial Contract Price is exceeded
by more than 15 percent, except with the prior approval of
the Procuring Entity.
41.3 If requested by the Project Manager, the Contractor shall
provide the Project Manager with a detailed cost
breakdown of any rate in the Bill of Quantities.
42. Variations 42.1 All Variations shall be included in the updated
Programmes produced by the Contractor.
43. Payments for
Variations
43.1 The Contractor shall provide the Project Manager with a
quotation for carrying out the Variation when requested to
do so by the Project Manager. The Project Manager shall
assess the quotation, which shall be given within seven
days of the request or within any longer period stated by
the Project Manager and before the Variation is ordered.
43.2 If the work in the Variation corresponds with an item
description in the Bill of Quantities and if, in the opinion
of the Project Manager, the quantity of work is above the
limit stated in Sub-Clause 41.1 or the timing of its
execution do not cause the cost per unit of quantity to
change, the rate in the Bill of Quantities shall be used to
calculate the value of the Variation. If the cost per unit of
quantity changes, or if the nature or timing of the work in
the Variation does not correspond with items in the Bill of
Quantities, the quotation by the Contractor shall be in the
form of new rates for the relevant items of work.
43.3 If the Contractor’s quotation is unreasonable, the Project
Manager may order the Variation and make a change to
the Contract Price, which shall be based on the Project
Manager’s own forecast of the effects of the Variation on
the Contractor’s costs.
43.4 If the Project Manager decides that the urgency of varying
the work would prevent a quotation being given and
considered without delaying the work, no quotation shall
be given and the Variation shall be treated as a
Compensation Event.
43.5 The Contractor shall not be entitled to additional payment
for costs that could have been avoided by giving early
warning.
44. Cash Flow
Forecasts
44.1 When the Programme is updated, the Contractor shall
provide the Project Manager with an updated cash flow
forecast. The cash flow forecast shall include different
currencies, as defined in the Contract, converted as
necessary using the Contract exchange rates.
45. Payment 45.1 The Contractor shall submit to the Project Manager
64
Certificates monthly statements of the estimated value of the work
executed less the cumulative amount certified previously.
45.2 The Project Manager shall check the Contractor’s monthly
statement and certify the amount to be paid to the
Contractor within twenty eight 28 days of receipt of the
certificate from the contractor.
45.3 The value of work executed shall be determined by the
Project Manager.
45.4 The value of work executed shall comprise the value of the
quantities of the items in the Bill of Quantities completed.
45.5 The value of work executed shall include the valuation of
Variations and Compensation Events.
45.6 The Project Manager may exclude any item certified in a
previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later
information.
45.7 The Project Manager shall not be bound to certify any
payment, if the net amount, after all retentions and
deductions would be less than minimum amount of Interim
Payment Certificate stated in the Contract Data Sheet.
46. Payments 46.1 Payments shall be adjusted for deductions for advance
payments and retention. The Procuring Entity shall pay
the Contractor the amounts certified by the Project
Manager within 28 days of the date of each certificate. If
the Procuring Entity makes a late payment, the Contractor
shall be paid interest on the late payment in the next
payment Interest shall be calculated from the date by
which the payment should have been made up to the date
when the late payment is made at the prevailing rate of
interest for commercial borrowing for each of the
currencies in which payments are made as indicated in the
Contract Data Sheet..
46.2 If an amount certified is increased in a later certificate or
as a result of an award by the Adjudicator or an Arbitrator,
the Contractor shall be paid interest upon the delayed
payment as set out in this clause. Interest shall be
calculated from the date upon which the increased amount
would have been certified in the absence of dispute.
46.3 Unless otherwise stated, all payments and deductions will
be paid or charged in the proportions of currencies
comprising the Contract Price.
46.4 Items of the Works for which no rate or price has been
entered in will not be paid for by the Procuring Entity and
65
shall be deemed covered by other rates and prices in the
Contract.
47. Compensation
Events
47.1 The following shall be Compensation Events:
(a) The Procuring Entity does not give access to a part of
the Site by the Site Possession Date stated in the
Contract Data Sheet.
(b) The Procuring Entity modifies the Schedule of Other
Contractors in a way that affects the work of the
Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for
execution of the Works on time.
(d) The Project Manager instructs the Contractor to
uncover or to carry out additional tests upon work,
which is then found to have no Defects.
(e) The Project Manager unreasonably does not approve
a subcontract to be let.
(f) Ground conditions are substantially more adverse
than could reasonably have been assumed before
issuance of the Letter of Acceptance from the
information issued to Tenderers (including the Site
Investigation Reports), from information available
publicly and from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing
with an unforeseen condition, caused by the
Procuring Entity, or additional work required for
safety or other reasons.
(h) Other contractors, public authorities, utilities, or the
Procuring Entity does not work within the dates and
other constraints stated in the Contract, and they
cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Procuring
Entity’s Risks.
(k) The Project Manager unreasonably delays issuing a
Certificate of Completion.
(l) Other Compensation Events described in the
Contract or determined by the Project Manager shall
apply.
66
47.2 If a Compensation Event would cause additional cost or
would prevent the work being completed before the
Intended Completion Date, the Contract Price shall be
increased and/or the Intended Completion Date shall be
extended. The Project Manager shall decide whether and
by how much the Contract Price shall be increased and
whether and by how much the Intended Completion Date
shall be extended.
47.3 As soon as information demonstrating the effect of each
Compensation Event upon the Contractor’s forecast cost
has been provided by the Contractor, it shall be assessed
by the Project Manager, and the Contract Price shall be
adjusted accordingly. If the Contractor’s forecast is
deemed unreasonable, the Project Manager shall adjust the
Contract Price based on the Project Manager’s own
forecast. The Project Manager will assume that the
Contractor will react competently and promptly to the
event.
47.4 The Contractor shall not be entitled to compensation to the
extent that the Procuring Entity’s interests are adversely
affected by the Contractor’s not having given early
warning or not having cooperated with the Project
Manager.
48. Taxes 48.1 The Project Manager shall adjust the Contract Price if
taxes, duties, and other levies are changed between the
date 28 days before the submission of Tenders for the
Contract and the date of the last Completion certificate.
The adjustment shall be the change in the amount of tax
payable by the Contractor, provided such changes are not
already reflected in the Contract Price or are a result of
Clause 50.
49. Currencies 49.1 Where payments are made in currencies other than the
Kenya Shillings, the exchange rates used for calculating
the amounts to be paid shall be the exchange rates stated in
the Contractor’s Tender.
50. Price
Adjustment
50.1 The amounts payable to the Contractor, in various
currencies pursuant to Sub-Clause 45.1, shall be adjusted
in respect of the rise or fall in the cost of labour,
Contractor’s Equipment, Plant, materials, and other inputs
to the Works, by applying to such amounts the formulae
prescribed in this clause based on the prevailing consumer
price index obtained from the Central Bureau of Statistics
or the monthly inflation rate issued by the Central Bank of
Kenya.
50.2 To the extent that full compensation for any rise or fall in
costs to the Contractor is not covered by the provisions of
67
this or other clauses in the Contract, the unit rates and
prices included in the Contract shall be deemed to include
amounts to cover the contingency of such other rise or fall
of costs.
50.3 The adjustment to be applied to amount payable to the
Contractor as certified in Payment Certificates shall be
determined formulae for each of the currencies in which the
Contract Price is payable. No adjustment is to be applied to
work valued on the basis of Cost or current prices. The
formulae shall be as follows;
.etcEo
EoEnd
Mo
MoMnc
Lo
LoLnbaPn
where;
Pn is a price adjustment factor to be applied to the amount in
each specific currency for the payment of the work carried out in
the subject month, where such variations and daywork are not
otherwise subject to adjustment;
a is a constant, specified in the Appendix to Tender,
representing the nonadjustable portion in contractual payments;
b, c, d, etc., are weightings or coefficients representing the
estimated proportion of each cost element (labour, materials,
equipment usage, etc.) in the Works or sections thereof, net of
Provisional Sums, as specified in the Appendix to Tender; the
sum of a, b, c, d, etc., shall be one;
Ln, Mn, En, etc., are the current cost indices or reference prices
of the cost elements in the specific currency of origin for month
“n,” determined pursuant to Sub-Clause 50.5, applicable to each
cost element; and
Lo, Mo, Eo, etc., are the base cost indices or reference prices
corresponding to the above cost elements at the date specified in
Sub-Clause 50.5
The value of net work done, certified by the Project Manager, in
any monthly Interim or Final Certificate as payable by the
Procuring Entity to the Contractor before deduction of any
retention money shall be increased or decreased by an amount of
‘F’.
PnxPcF
where;
68
The effective value Pc of work done which is to be subjected to
increase or decrease shall be the difference between:
(i) the amount which, in the opinion of the Project
Manager, is due to the Contractor under Clause 45
(before deduction of retention money and before
deducting sums previously paid on account) less:
any amount for payment or repayment of any
advance payment;
any amount for materials on site (if any);
any amounts for nominated sub-contractors (if any)
any amounts for any other items based on actual cost
or current prices; or
any sums for increase or decreases in the Contract
Price paid under this Sub-Clause
and
(ii) the amount calculated in accordance with (i) above
of this Sub-clause and included in the last preceding
statement.
50.4 The sources of indices shall be those listed in the
Appendix to Tender, as approved by the Engineer.
Indices shall be appropriate for their purpose and shall
relate to the Contractor’s proposed source of supply of
inputs on the basis of which his Contract Price and
expected foreign currency requirements shall have been
computed. As the proposed basis for price adjustment, the
Contractor shall have submitted with his Tender the
tabulation of Weightings and Source of Indices in the
Appendix to Tender, which shall be subject to approval
by the Engineer.
50.5 The base cost indices or prices shall be those prevailing on
the day 28 days prior to the latest date for submission of
Tenders. Current indices or prices shall be those prevailing
on the day 28 days prior to the last day of the period to
which a particular Interim Payment Certificate is related. If
at any time the current indices are not available, provisional
indices as determined by the Engineer will be used, subject
to subsequent correction of the amounts paid to the
Contractor when the current indices become available.
50.6 If the Contractor fails to complete the Works within the
time for completion prescribed under Clause 58
adjustment of prices thereafter until the date of
completion of the Works shall be made using either the
indices or prices relating to the prescribed time for
completion, or the current indices or prices, whichever is
more favourable to the Procuring Entity, provided that if
an extension of time is granted pursuant to Clause 28, the
69
above provision shall apply only to adjustments made
after the expiry of such extension of time.
50.7 The weightings for each of the factors of cost given in the
Appendix to Tender shall be adjusted if, in the opinion
of the Engineer, they have been rendered unreasonable,
unbalanced, or inapplicable as a result of varied or
additional work already executed or instructed under
Clause 43 or for any other reason.
51. Retention 51.1 The Procuring Entity shall retain from each payment due
to the Contractor the proportion stated in the Contract
Data Sheet until Completion of the whole of the Works.
51.2 On completion of the whole of the Works, half the total
amount retained shall be repaid to the Contractor and the
other half when the Defects Liability Period has passed
and the Project Manager has certified that all Defects
notified by the Project Manager to the Contractor before
the end of this period have been corrected.
51.3 On completion of the whole Works, the Contractor may
substitute retention money with an “on demand” Bank
guarantee.
52. Liquidated
Damages
52.1 The Contractor shall pay liquidated damages to the
Procuring Entity at the rate per day stated in the Contract
Data Sheet for each day that the Completion Date is later
than the Intended Completion Date. The total amount of
liquidated damages shall not exceed the amount defined in
the Contract Data Sheet. The Procuring Entity may
deduct liquidated damages from payments due to the
Contractor. Payment of liquidated damages shall not
affect the Contractor’s liabilities.
52.2 If the Intended Completion Date is extended after
liquidated damages have been paid, the Project Manager
shall correct any overpayment of liquidated damages by
the Contractor by adjusting the next payment certificate.
The Contractor shall be paid interest on the overpayment,
calculated from the date of payment to the date of
repayment, at the rates specified in Sub-Clause 46.1.
52.3 If the Contractor has not corrected a defects within the
time specified in the Procuring Entity’s notice, the
Procuring Entity will assess the cost of having the defect
corrected, the Contractor will pay this amount, and a
penalty for lack of performance calculated as described in
Clause 38.
53. Bonus 53.1 The Contractor shall be paid a Bonus calculated at the rate
per calendar day stated in the Contract Data Sheet for
70
each day (less any days for which the Contractor is paid
for acceleration) that the Completion is earlier than the
Intended Completion Date. The Project Manager shall
certify that the Works are complete, although they may not
be due to be complete.
54. Advance
Payment
54.1 The Procuring Entity shall make advance payment to the
Contractor of the amounts stated in the Contract Data
Sheet by the date stated in the Contract Data Sheet,
against provision by the Contractor of an Unconditional
Bank Guarantee in a form and by a bank acceptable to the
Procuring Entity in amounts and currencies equal to the
advance payment. The Guarantee shall remain effective
until the advance payment has been repaid, but the amount
of the Guarantee shall be progressively reduced by the
amounts repaid by the Contractor. Interest will not be
charged on the advance payment.
54.2 The Contractor is to use the advance payment only to pay
for Equipment, Plant, Materials, and mobilization
expenses required specifically for execution of the
Contract. The Contractor shall demonstrate that advance
payment has been used in this way by supplying copies of
invoices or other documents to the Project Manager.
54.3 The advance payment shall be repaid by deducting
proportionate amounts from payments otherwise due to the
Contractor, following the schedule of completed
percentages of the Works on a payment basis. No account
shall be taken of the advance payment or its repayment in
assessing valuations of work done, Variations, price
adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
55. Performance
Securities
55.1 The Performance Security shall be provided to the
Procuring Entity no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and
form and by a bank or surety acceptable to the Procuring
Entity, and denominated in the types and proportions of
the currencies in which the Contract Price is payable. The
Performance Security shall be valid until a date 28 days
from the date of issue of the Certificate of Completion in
the case of a Bank Guarantee, and until one year from the
date of issue of the Completion Certificate in the case of a
Performance Bond.
56. Dayworks 56.1 If applicable, the Dayworks rates in the Contractor’s
Tender shall be used for small additional amounts of work
only when the Project Manager has given written
instructions in advance for additional work to be paid for
in that way.
71
56.2 All work to be paid for as Dayworks shall be recorded by
the Contractor on forms approved by the Project Manager.
Each completed form shall be verified and signed by the
Project Manager within two days of the work being done.
56.3 The Contractor shall be paid for Dayworks subject to
obtaining signed Dayworks forms.
57. Cost of Repairs 57.1 Loss or damage to the Works or Materials to be
incorporated in the Works between the Start Date and the
end of the Defects Correction periods shall be remedied by
the Contractor at the Contractor’s cost if the loss or
damage arises from the Contractor’s acts or omissions.
E. Finishing the Contract
58. Completion
Certificate
58.1 The Contractor shall request the Project Manager to issue a
certificate of Completion of the Works, and the Project
Manager will do so upon deciding that the work is
completed.
59. Taking Over 59.1 The Procuring Entity shall take over the Site and the Works
within seven days of the Project Manager’s issuing a
certificate of Completion.
60. Final Account 60.1 The Contractor shall supply the Project Manager with a
detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the
Defects Liability Period. The Project Manager shall issue a
Defects Liability Certificate and certify any final payment
that is due to the Contractor within 56 days of receiving the
Contractor’s account if it is correct and complete. If it is
not, the Project Manager shall issue within 56 days a
schedule that states the scope of the corrections or additions
that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Project
Manager shall decide on the amount payable to the
Contractor and issue a payment certificate.
61. Operating and
Maintenance
Manuals
61.1 If “as built” Drawings and/or operating and maintenance
manuals are required, the Contractor shall supply them by
the dates stated in the Contract Data Sheet.
61.2 If the Contractor does not supply the Drawings and/or
manuals by the dates stated in the Contract Data Sheet, or
they do not receive the Project Manager’s approval, the
Project Manager shall withhold the amount stated in the
Contract Data Sheet from payments due to the Contractor.
62. Termination 62.1 The Procuring Entity or the Contractor may terminate the
Contract if the other party causes a fundamental breach of
72
the Contract.
62.2 Fundamental breaches of Contract shall include, but shall
not be limited to, the following:
(a) The Contractor stops work for 28 days when no
stoppage of work is shown on the current Programme
and the stoppage has not been authorized by the
Project Manager;
(b) The Project Manager instructs the Contractor to delay
the progress of the Works, and the instruction is not
withdrawn within 28 days;
(c) The Procuring Entity or the Contractor is made
bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
(d) A payment certified by the Project Manager is not
paid by the Procuring Entity to the Contractor within
84 days of the date of the Project Manager’s
certificate;
(e) The Project Manager gives Notice that failure to
correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Project
Manager;
(f) The Contractor does not maintain a Security, which is
required; and
(g) The Contractor has delayed the completion of the
Works by the number of days for which the maximum
amount of liquidated damages can be paid, as defined
in the Contract Data Sheet.
(h) If the Contractor, in the judgment of the Procuring
Entity has engaged in corrupt or fraudulent practices
in competing for or in executing the Contract.
For the purpose of this paragraph:
“corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to
influence the action of a public official in the
procurement process or in contract execution and
includes inter alia, bribery and extortion or coercion
which involves threats of injury to person ,property or
reputation, and.
“fraudulent practice” means a misrepresentation of
facts in order to influence a procurement process or
the execution of a contract to the detriment of the
Procuring Entity, and includes collusive practice
73
among Tenderers (prior to or after Tender
submission) designed to establish Tender prices at
artificial non-competitive levels and to deprive the
Procuring Entity of the benefits of free and open
competition.
62.3 When either party to the Contract gives notice of a breach
of Contract to the Project Manager for a cause other than
those listed under Sub-Clause 62.2 above, the Project
Manager shall decide whether the breach is fundamental or
not.
62.4 Notwithstanding the above, the Procuring Entity may
terminate the Contract for convenience.
62.5 If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the
Site as soon as reasonably possible.
63. Payment upon
Termination
63.1 If the Contract is terminated because of a fundamental
breach of Contract by the Contractor, the Project Manager
shall issue a certificate for the value of the work done and
Materials ordered less advance payments received up to the
date of the issue of the certificate and less the percentage to
apply to the value of the work not completed, as indicated
in the Contract Data Sheet. Additional Liquidated
Damages shall not apply. If the total amount due to the
Procuring Entity exceeds any payment due to the
Contractor, the difference shall be a debt payable to the
Procuring Entity.
63.2 If the Contract is terminated for the Procuring Entity’s
convenience or because of a fundamental breach of
Contract by the Procuring Entity, the Project Manager shall
issue a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment,
repatriation of the Contractor’s personnel employed solely
on the Works, and the Contractor’s costs of protecting and
securing the Works, and less advance payments received up
to the date of the certificate.
64. Property 64.1 All Materials on the Site, Plant, Equipment, Temporary
Works, and Works shall be deemed to be the property of
the Procuring Entity if the Contract is terminated because
of the Contractor’s default.
65. Release from
Performance
65.1 If the Contract is frustrated by the outbreak of war or by
any other event entirely outside the control of either the
Procuring Entity or the Contractor, the Project Manager
shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as
quickly as possible after receiving this certificate and shall
be paid for all work carried out before receiving it and for
74
any work carried out afterwards to which a commitment
was made.
66. Suspension of
Financing
66.1 In the event that the source of financing is suspended to the
Procuring Entity, from which part of the payments to the
Contractor are being made:
(a) The Procuring Entity is obligated to notify the Contractor
of such suspension within 7 days of having received the
financing agency’s suspension notice.
(b) If the Contractor has not received sums due it within the 28
days for payment provided for in Sub-Clause 46.1, the
Contractor may immediately issue a 14-day termination
notice.
76
Contract Data Sheet
Instructions for completing the Contract Data Sheet
CDS
Clause
GCC
Clause
Description
1
1.1
A. General
The Procuring Entity is: Coast Water Services Board
The Adjudicator is: To be proposed by Employer from names
recommended by the Chairman, Chartered Institute of
Arbitrators, P.O. Box 50163 – 00200, NAIROBI -
The Defects Liability Period is 365 days.
The Project Manager is The Chief Executive Officer, Coast
Water Services Board.
The name and identification number of the Contract is Kishenyi
Dam Desilting Works
The Works consist of but not limited to:
a ) The execution of conclusive earthworks
b ) Desilting of Kishenyi Dam silted up areas to increase Dam
Capacity.
c) Dig to create surface water drains to avoid flood water
entering the reservoir from the adjacent farms
The objectives of the contract are to desilt Kishenyi Dam for
domestic water supply.
The Start Date shall be: Communicated by the Project
Manager.
The Intended Completion Date for the whole of the Works shall
be:
six (6) calender months .
The following documents also form part of the Contract: N/A
The Site is located at
77
- Location of The Project Area
Kishenyi Dam is found in Werugha Location Taita Sub County,
Taita Taveta County
2. 2.2 Sectional completion: N/A
3. 2.3(9) List other documents that form part of the contract if any:
None
4. 3.1 The language of the Contract documents is English
The law that applies to the Contract is the Kenyan Law.
5. 9.1 Include the Schedule of Other Contractors, if any.
None
6. 10.1 Include the Schedule of Key Personnel.
1. Site Manager with a minimum of 5 years’ experience in
civil work.
2. Site Foreman with a minimum of 5years experience in
earth works
3. Qualified masons preferably grade 1 with 5 year experience
in construction works.
7. 14.1 The minimum insurance covers shall be:
(a) loss of or damage to the Works, Plant, and Materials
Contract price
(b) loss of or damage to Equipment
Ksh.500,000
(c) loss of or damage to property (except the Works,
Plant, Materials, and Equipment) in connection with
the Contract Ksh.200,000 and
(d) Personal injury or death Ksh.200,000 for one
incident, number of incidences unlimited.
8. 15.1 Site Investigation Reports available to the Tenderers are:
None, Tenderers are advised to make their own
arrangements to make site visits and collect necessary data.
9. 22.4 The other measures include:
78
a. Minimising the number of migrant workers employed on
the project and household in the site camp
b. Providing access to voluntary counselling and testing
(VCT)
c. Providing psychological support and health care
including prevention and treatment of opportunistic
infections for workers infected and affected, as well
as their families
d. Providing condoms (male and female) to workers
10. 24.1 &
47.1
The Site Possession Date shall be Communicated by the
Project Manager.
11. 28.2 Hourly rate of Fees payable to the Adjudicator is Ksh.7,000.00
Types of reimbursable expenses to be paid to the Adjudicator
include:
a) Transport,
b) Communication
c) Accommodation
12. 28.3 Arbitration will take place at Mombasa, Kenya in accordance
with rules and regulations published by “Chartered Institute of
Arbitrators (Kenya Chapter) Arbitration rules as at present in
force.
13. 29.1 Appointing Authority for the Adjudicator: Chartered Institute
of Arbitrators
B. Time Control
14. 30.1 The Contractor shall Submit a Programme for the Works within
21 days of delivery of the Letter of Acceptance.
15. 30.3 The period between Programme updates is 14 days.
16. 30.3 The amount to be withheld by the Project Manager in the case
the contractor does not submit an updated programme is
Ksh.50,000.00
C. Quality Control
17. 38.1 The Defects Liability Period is 365 days.
D. Cost Control
79
18. 45.7 Minimum Amount of Interim Payment Certificate will be: N/A
19. 46.1 The interest rate shall be 1% above prevailing interest rate for
commercial borrowing from the contractors bank
20. 47.1(a) The Site Possession Date shall be Communicated by the
Project Manager.
21. 50 The contract is not subject to price adjustment in accordance
with Clause 50 of the General Conditions of Contract.
22. 51.1 The amount of retention is 10% of value of works of Interim
Payment Certificate’.
Limit of retention will be 10% of contract price.
23. 52.1 The rate of liquidated damages is 0.01% of contract price per
day
52.1
62.2 (g)
The maximum amount of liquidated damages is 10% of
Contract Price
24. 53.1 The bonus for early completion is N/A
25. 54.1 The amount of advance payment shall be 10 per cent of the
contract sum payable not later than 42 days after the date of
certification by the Project Manager.
26. 55.1 The Performance Security shall be 10 percent of the contract
price.
E. Finishing the Contract
27. 61.1 As built drawings shall be supplied by the contractor by one
week after the date of completion of the works.
Operating manual shall be supplied by the contractor at the date
of commissioning and at least one month before the date of
completion of the works. N/A
28. 61.2 The amount to be withheld by the Project Manager in the case
the contractor does not submit as built drawings is
Ksh.100,000.00
The amount to be withheld by the Project Manager in the case
the contractor does not submit operating manual is
Ksh.100,000.00
80
29. 63.1 The percentage to apply to the value of the work not completed,
representing the Procuring Entity's additional cost for
completing the Works, is 30 %.
84
SECTION VIII: BILL OF QUANTITIES
BILL No. 1: PRELIMINARY AND GENERAL ITEMS
ITEM BRIEF DESCRIPTION UNIT QTY RATE AMOUNT
(KES) (KES)
Preliminary and General Items are subject
to the Conditions of Contract and the
Specifications of the Contract.
Contractual Requirements
W101 Performance Security, according to Clause
55 of GCC. Item 1
W102
Insurance for loss of or damage to the
works, plant, and materials, according to
Clause 14 (a) of GCC.
Item 1
W103
Insurance for loss of or damage to
equipment, according to Clause 14 (b) of
GCC.
Item 1
W104
Insurance for loss of or damage to property
(except the works, plant, materials, and
equipment) in connection with the Contract,
according to Clause 14 (c) of GCC.
Item 1
W105 Insurance for personal injury or death,
according to Clause 14 (d) of GCC. Item 1
Performance Requirements
W106
Mobilization and maintenance of
Contractor's plant and equipment for the
Contract period, including demobilization
when finishing the Contract, as Lump Sum.
Sum 1
W107 Fabrication and erection of Project Sign
Boards, according to the Specifications. Nr. 1
W108
Surveying and setting-out of works and
installations, and recording of survey and
layout data, as Lump Sum.
Sum 1
W109
Allow for testing associated with
Earthworks and
Concrete Works, as required by the Project
Manager, as Lump Sum.
Sum 1
85
W110 Allow for PC sum of Ksh.500,000 for
supervision by CWSB staff Sum 1
500,000
500,000
-
W111 Allow for overheads and profits on item
W110
%
Total of Page Carried to Collection Page
86
BILL No. 1: PRELIMINARY AND GENERAL ITEMS
ITEM BRIEF DESCRIPTION UNIT QTY RATE AMOUNT
(KES) (KES)
W112 The contractor shall set out below and fully
describe and price, in the spaces provided,
any or temporary work or obligation or
anything in the Conditions of Contract or in
the Specification not included by him in his
rates elsewhere and for which he considers a
separate charge is required. The prices
inserted shall be considered to be fixed lump
sums covering the whole of the work and as
such will not be subjected to adjustment for
any reason. If the Contractor makes no entry
in the space provided then the rates inserted
elsewhere in the Bill will be deemed to
cover all his obligations under the Contract.
i)
ii)
iii)
iv)
Total of Page Carried to Collection Page
87
BILL No. 1: PRELIMINARY AND GENERAL ITEMS
ITEM BRIEF DESCRIPTION UNIT QTY RATE AMOUNT
(KES) (KES)
COLLECTION PAGE
W113 Page 1
W114 Page 2
Total of Bill 1 Carried to Grand Summary -
88
BILL 2 :- KISHENYI DAM DESILTING AND FENCING
WORKS
NO ITEM DESCRIPTION UNIT QTY RATE TOTAL
W401
Clear site, grab up, remove and dispose
all vegetation; grass debris, bush stumps,
roots around the working area etc as
directed by the engineer.
m2 1000
W402
Allow for disposal of materials arising
from site clearance as directed by
Engineer
m3 45
W403
Excavate dam to desilt all silted up areas
to create space and restore water
reservoir capacity
m3 15600
W404
Allow for disposal of materials arising
from desilting works as directed by
Engineer
m3 15600
FENCING
W405
Supply all materials and construct 12swg
approved galvanized Chain-link fence
2.0m high supported by approved
concrete fencing posts spaced at
3000mm center to center with concrete
surround and allow for galvanized plain
steel wire to support the Chain-link and
side support poles
m 400
W406
Fabricate and erect a 3000.00mm
x2000m steel gate with both the
pedestrian and vehicular opening
lockable from both sides with large size
padlock as per the drawings.
No 1
Total bill carried to summary sheet
90
A. Form of Tender
[date]
To: [name and address of Procuring Entity]
We offer to execute the [name and identification number of contract] in accordance
with the Conditions of Contract accompanying this Tender for the Contract Price of
[amount in numbers], [amount in words] [name of currency].
The Contract shall be paid in the following currencies:
Currency Percentage
payable in
currency
Rate of exchange: one
foreign equals [insert
local]
Inputs for which foreign
currency is required
(a)
(b)
The advance payment required is:-
Amount Currency
(a)
(b)
We accept the appointment of [name proposed in Tender Data Sheet] as the
adjudicator.
or
We do not accept the appointment of [name proposed in Tender Data Sheet] as the
Adjudicator, and propose instead that [name] be appointed as Adjudicator, whose
daily fees and biographical data are attached.
We are not participating, as Tenders, in more than one Tender in this Tendering
process other than alternative Tenders in accordance with the Tendering documents.
Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for
any part of the contract has not been declared ineligible by the Kenya Government
under Kenya’s laws or any other official regulations.
This Tender and your written acceptance of it shall constitute a binding Contract
between us.
We understand that you are not bound to accept the lowest or any Tender you receive.
We hereby confirm that this Tender complies with the Tender validity and Tender
Security required by the Tendering documents and specified in the Tender Data Sheet.
Authorized Signature:
92
Appendix to Tender
Table C. Summary of Payment Currencies
For ………………………..[insert name of Section of the Works]
[Separate tables may be required if the various sections of the Works (or of the Bill of
Quantities) will have substantially different foreign and local currency requirements.
The Procuring Entity should insert the names of each Section of the Works.]
Name of
payment
currency
A
Amount
of
currency
B
Rate of
exchange
(local currency
per unit of
foreign)
C
Local currency
equivalent
C = A x B
D
Percentage of
Net Tender Price
(NBP)
100xC
NBP
Local
currency
1.00
Foreign
currency #1
Foreign
currency #2
Foreign
currency #
Net Tender
Price
100.00
Provisional
sums
expressed in
local
currency
*
*
*
TENDER
PRICE
Authorized Signature:
Name and Title of Signatory:
94
B. Tender-Securing Declaration (Mandatory)
Date: [insert date (as day, month and year)]
Tender No.: [insert number of Tendering process]
Alternative No.: [insert identification No if this is a Tender for an alternative]
To: [insert complete name of Procuring Entity]
We, the undersigned, declare that:
We understand that, according to your conditions, Tenders must be supported by a
Tender-Securing Declaration.
We accept that we will automatically be suspended from being eligible for Tendering
in any contract with the Procuring Entity for the period of time of [insert number of
months or years] starting on [insert date], if we are in breach of our obligation(s)
under the Tender conditions, because we;
a) Have withdrawn our Tender during the period of Tender validity specified in
the Form of Tender; or
b) Having been notified of the acceptance of our Tender by the Procuring Entity
during the period of Tender validity,
(i). Fail or refuse to execute the Contract, if required, or
(ii). Fail or refuse to furnish the Performance Security, in accordance with
the ITT.
We understand this Tender Securing Declaration shall expire if we are not the
successful Tenderer, upon the earlier of;
1) Our receipt of your notification to us of the name of the successful Tenderer;
or
2) Thirty days after the expiration of our Tender.
Signed: [insert signature of person whose name and capacity are shown] In the
capacity of [insert legal capacity of person signing the Tender Securing Declaration]
Name: [insert complete name of person signing the Tender Securing Declaration]
95
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
Dated on ____________ day of __________________, _______ [insert date of
signing]
Corporate Seal (where appropriate)
96
C. Confidential Business Questionnaire
1 Individual
Tenderer or
Individual
Members of
joint Ventures
1.1 Constitution or legal status of Tenderer: [attach copy]
Place of registration: [insert]
Principal place of business: [insert]
Power of attorney of signatory of Tender: [attach]
Registration certificate [attach] current Business
License [attach]
1.2 Total annual volume of construction work performed
in two years, in Kenyan shillings as specified in the
Tender Data Sheet; [insert]
1.3 Work performed as prime Contractor on works of a
similar nature and volume over the last two years or as
specified in the Tender Data Sheet in Kenyan
Shillings. Also list details of work under way or
committed, including expected completion dates.
Project
name and
country
Name of client
and contact
person
Contractors
Participation
Type of work
performed and
year of completion
Value of
contract
(a)
(b)
1.4 Major items of Contractor’s Equipment proposed for
carrying out the works. List all information requested
below. Refer also to sub-Clause 12.3 of the
Instructions to Tenderers.
Item of equipment Description, make,
and age (years)
Condition (new,
good, Poor) and
number available
Owned, leased
(from whom?) or
to be purchased
(from whom?)
(a)
(b)
(c)
(d)
1.5 Qualifications and experience of key personnel proposed
for administration and execution of the Contract. Attach
97
biographical data. Refer also to sub-Clause 12.3 of
the Instructions to Tenderers and Sub- Clause 10.1 of the
General Conditions of Contract.
Position Name Years of
Experience
(general)
Years of
experience in
proposed position
(a)
(b)
1.6 Proposed sub-contractor and firms involved. Refer to
Clause 7 of General Conditions of Contract.
Sections of the
Works
Value of
subcontract
Subcontractor
(name and
address)
Experience in
similar work
(a)
(b)
1.7 Financial reports for the number of years specified in
the Tender Data Sheet.
1.8 Evidence of access to financial resources to meet the
qualification requirements: cash in hand, lines of
credit, etc. List below and attach copies of support
documents.
1.9 Name, address, and telephone, e-mail address, and
facsimile numbers of banks that may provide
references if contracted by the Procuring Entity.
1.10 Information on current litigation in which the Tenderer
is involved.
98
Other party(ies) Cause of dispute Amount involved
(a)
(b)
1.11 Statement of compliance with the requirements of
sub-Clause 3.2 of the Instructions to Tenderers.
1.12 Proposed Program (work method and schedule).
Descriptions, drawings, and charts, as necessary, to
comply with the requirements of the Tendering
documents.
2. Joint Ventures 2.1 The information listed in 1.1 – 1.11 above shall be
provided for each partner of the joint venture.
2.2 The information in 1.12 above shall be provided for
the joint venture.
2.3 Attach the power of attorney of the signatory (ies) of
the Tender authorizing signature of the Tender on
behalf of the joint venture.
2.4 Attach the Agreement among all partners of the joint
venture (and which is legally binding on all partners),
which shows that:
(a) all partners shall be jointly and severally
liable for the execution of the Contract in
accordance with the Contract terms;
(b) one of the partners will be nominated as
being in charge, authorized to incur
liabilities, and receive instructions for and
on behalf of any and all partners of the joint
venture; and
(c) the execution of the entire Contract,
including payment, shall be done
exclusively with the partner in charge.
3. Additional
Requirements
3.1 Tenderers should provide any additional information
required in the Tender Data Sheet or to fulfil the
requirements of sub-Clauses 12.1 of the Instructions
to Tenderers, if applicable.
99
D. Integrity Declaration
UNDERTAKING BY TENDERER ON ANTI – BRIBERY POLICY / CODE OF
CONDUCT AND COMPLIANCE PROGRAMME
1. Each Tenderer must submit a statement, as part of the Tender documents, in either
of the two given formats which must be signed personally by the Chief Executive
Officer or other appropriate senior corporate officer of the Tendering company
and, where relevant, of its subsidiary in the Kenya. If a Tender is submitted by a
subsidiary, a statement to this effect will also be required of the parent company,
signed by its Chief Executive Officer or other appropriate senior corporate officer.
2. Tenderers will also be required to submit similar No-bribery commitments from
their subcontractors and consortium partners; the Tenderer may cover the
subcontractors and consortium partners in its own statement, provided the
Tenderer assumes full responsibility.
3.
a) Payment to agents and other third parties shall be limited to appropriate
compensation for legitimate services.
b) Each Tenderer will make full disclosure in the Tender documentation of the
beneficiaries and amounts of all payments made, or intended to be made, to
agents or other third parties (including political parties or electoral
candidates) relating to the Tender and, if successful, the implementation of
the contract.
c) The successful Tenderer will also make full disclosure [quarterly or semi-
annually] of all payments to agents and other third parties during the
execution of the contract.
d) Within six months of the completion of the performance of the contract, the
successful Tenderer will formally certify that no bribes or other illicit
commissions have been paid. The final accounting shall include brief details
of the goods and services provided that they are sufficient to establish the
legitimacy of the payments made.
e) Statements required according to subparagraphs (b) and (d) of this
paragraph will have to be certified by the company's Chief Executive
Officer, or other appropriate senior corporate officer.
4. Tenders which do not conform to these requirements shall not be considered.
5. If the successful Tenderer fails to comply with its No-bribery commitment,
significant sanctions will apply. The sanctions may include all or any of the
following:
a) Cancellation of the contract;
100
b) Liability for damages to the public authority and/or the unsuccessful
competitors in the Tendering possibly in the form of a lump sum
representing a pre-set percentage of the contract value (liquidated).
6. Tenderers shall make available, as part of their Tender, copies of their anti-
Bribery Policy/Code of Conduct, if any, and of their-general or project - specific -
Compliance Program.
7. The Government of Kenya has made special arrangements for adequate oversight
of the procurement process and the execution of the contract, and has invited civil
society and other competent Government Departments to participate in the
oversight. Those charged with the oversight responsibility will have full access to
all documentation submitted by Tenderers for this contract, and to which in turn
all Tenderers and other parties involved or affected by the project shall have full
access (provided, however, that no proprietary information concerning a Tenderer
may be disclosed to another Tenderer or to the public).
101
ANTI-CORRUPTION DECLARATION COMITMENT/ PLEDGE
(Sections39, 40,41,42,43 & of the PPAD Act, 2015)
I/We/Messrs…………………………………………………………………………….
of Street, Building, P O Box……………………………………………………………
…………………………………………………………………………………………..
Contact/Phone/E mail…………………………………………………………………..
declare that Public Procurement is based on a free and fair competitive Tendering
process which should not be open to abuse.
I/We ..…………………………………………………………………………………..
declare that I/We will not offer or facilitate, directly or indirectly, any inducement or
reward to any public officer, their relations or business associates, in connection with
Tender/Tender No
………………………..……………………………………………….
for or in the subsequent performance of the contract if I/We am/are successful.
Authorized Signature................................................................................................
Name and Title of Signatory……………………………………………………………
102
E. Letter of Acceptance
[Letter head paper of the Procuring Entity]
[date]
To: [name and address of the Contractor]
This is to notify you that your Tender dated [date] for execution of the [name of the
Contract and identification number, as given in the Contract Data Sheet] for the
Contract Price of the equivalent of [amount in numbers and works] [name of
currency], as corrected and modified in accordance with the Instructions to Tenderers
is hereby accepted by us.
We confirm that [insert name proposed by the procuring entity] to be the Adjudicator.
We accept that [name proposed by Tenderer] be appointed as Adjudicator.
Or
We do not accept that [name proposed by Tenderer] be appointed as adjudicator, and
by sending a copy of this letter of acceptance to [insert the name of the Appointing
Authority], we are hereby requesting [name], the Appointing Authority, to appoint the
adjudicator in accordance with Clause 44.1 of the Instructions to Tenderers.
You are hereby instructed to proceed with the execution of the said works in
accordance with the Contract documents.
Please return the contract dully signed.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Form of Contract
103
F. Form of Contract Agreement
This Agreement, made the [day] day of [month], [year] between [name and address of
Procuring Entity] (hereinafter called “the Procuring Entity”) and [name and address
of Contractor] (hereinafter called “the Contractor”) of the other part.
Whereas the Procuring Entity is desirous that the Contractor execute [name and
identification number of contract] (hereinafter called “the Works”) with the objectives
of [insert functional objectives of the works] and the Procuring Entity has accepted
the Tender by the Contractor for the execution and completion of such works and the
remedying of any defects therein in the sum of [contract price in words and figures]
(hereinafter called “Contract Price”).
NOW THIS AGREEMENT WITNESSES AS FOLLOWS:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter
referred to, and they shall be deemed to form and be read and construed as pert
of this Agreement;
2. In consideration of the payments to be made by the Procuring Entity to the
Contractor as hereinafter mentioned, the Contractor hereby covenants with the
Procuring Entity to execute and complete the Works and remedy any defects
therein in conformity in all respects with the provisions of the Contract;
3. The Procuring Entity hereby covenants to pay the Contractor in consideration
of the execution and completion of the Works and the remedying of defects
wherein the Contract Price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner prescribed by the
Contract.
In Witness whereof the parties thereto have caused this Agreement to be executed the
day and year first before written.
The Common Seal of
Was hereunto affixed in the presence of:
Signed, Sealed, and Delivered by the said
In the presence of:
Tendering Signature of Procuring Entity
Binding Signature of Contractor
105
A. Tender Security (Bank or Insurance Guarantee)
(Optional)
[If required, the Bank or Insurance Company/Tenderer shall fill in this Guarantee
form in accordance with the instructions indicated in brackets.]
[insert bank’s or insurance company’s name, and address of issuing branch or office]
Beneficiary: [insert name and address of Procuring Entity]
Date: [insert date]
TENDER GUARANTEE No.: [insert number]
We have been informed that [insert name of the Tenderer; if a joint venture, list
complete legal names of partners] (hereinafter called "the Tenderer") has submitted to
you its Tender dated [insert date] (hereinafter called "the Tender") for the execution
of [insert name of Contract] under Invitation for Tenders No. [insert IFT number]
(“the IFT”).
Furthermore, we understand that, according to your conditions, Tenders must be
supported by a Tender Guarantee.
At the request of the Tenderer, we [insert name of bank or insurance company]
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of [insert amount in figures expressed in the currency of the Purchaser’s
Country or the equivalent amount in an international freely convertible currency]
([insert amount in words]) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Tenderer is in breach of its
obligation(s) under the Tender conditions, because the Tenderer;
a) Has withdrawn its Tender during the period of Tender validity
specified by the Tenderer in the Form of Tender; or
b) Does not accept the correction of errors in accordance with the
Instructions to Tenderers (hereinafter “the ITT”) of the IFT; or
c) Having been notified of the acceptance of its Tender by the Procuring
Entity during the period of Tender validity;
(i). Fails or refuses to execute the Contract Form, if required, or
(ii). Fails or refuses to furnish the Performance Security, in
accordance with the ITT.
This Guarantee shall expire;
a) If the Tenderer is the successful Tenderer, upon our receipt of copies
of the Contract signed by the Tenderer and of the Performance
Security issued to you by the Tenderer; or
b) If the Tenderer is not the successful Tenderer, upon the earlier of;
106
(i) Our receipt of a copy of your notification to the Tenderer that
the Tenderer was unsuccessful, or
(ii) Thirty days after the expiration of the Tenderer’s Tender.
Consequently, any demand for payment under this Guarantee must be received by us
at the office on or before that date.
_____________________________
[signature(s) of authorized representative(s) ]
107
B. Performance Bank or Insurance Guarantee [Unconditional]
[The Bank or Insurance Company/successful Tenderer providing the Guarantee
shall fill in this form in accordance with the instructions indicated in brackets, if the
Procuring Entity requires this type of security.]
[insert bank’s or insurance company’s name, and address of issuing branch or office]
Beneficiary: [insert name and address of Procuring Entity]
Date: [insert date]
PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]
We have been informed that [insert name of Contractor] (hereinafter called "the
Contractor") has entered into Contract No. [insert reference number of the Contract]
dated with you, for the execution of [insert name of Contract and brief description of
Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a
Performance Guarantee is required.
At the request of the Contractor, we [insert name of Bank or Insurance Company]
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of [insert amount in figures] ([insert amount in words]), such sum being
payable in the types and proportions of currencies in which the Contract Price is
payable, upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Contractor is in breach of its obligation(s) under the
Contract, without your needing to prove or to show grounds for your demand or the
sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
We further agree that no change, addition or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract
documents which may be made between you and the Contractor shall in any way
release us from any liability under this Guarantee, and we hereby waive notice of any
change, addition, or modification.
This guarantee shall expire not later than thirty days from the date of issuance of the
Taking-Over Certificate.
[signature(s) of an authorized representative(s) of the Bank or Insurance Company]
109
C. Bank or Insurance Guarantee for Advance Payment
[Bank’s or Insurance Company’s Name and Address of Issuing Branch or Office]
Beneficiary: ___________________ [Name and Address of Procuring
Entity]
Date: ________________
ADVANCE PAYMENT GUARANTEE No.: _________________
We have been informed that [name of Contractor] (hereinafter called "the
Contractor") has entered into Contract No. [reference number of the contract] dated
______ with you, for the execution of [name of contract and brief description of
Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an
advance payment in the sum [amount in figures] ( ) [amount in words] is to be
made against an advance payment guarantee.
At the request of the Contractor, we [name of Bank or Insurance Company] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of [amount in figures] ( ) [amount in words] upon receipt by us of your
first demand in writing accompanied by a written statement stating that the Contractor
is in breach of its obligation under the Contract because the Contractor used the
advance payment for purposes other than the costs of mobilization in respect of the
Works.
We further agree that no change or addition to or other modification of the terms of
the Contract or of the Works to be performed thereunder or of any of the Contract
documents which may be made between ________________________[name of
Procuring Entity] and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or
modification.
No drawing may be made by you under this guarantee until we have received notice
in writing from you that an advance payment of the amount listed above has been paid
to the Contractor pursuant to the Contract.
The maximum amount of this guarantee shall be progressively reduced by the amount
of the advance payment repaid by the Contractor as indicated in copies of interim
statements or payment certificates which shall be presented to us. This guarantee
shall expire, at the latest, upon our receipt of a copy of the interim payment certificate
indicating that eighty (80) percent of the Contract Price has been certified for
110
payment, or on the ___ day of _____, 2___, whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or
before that date.
Yours truly,
Signature and seal:
Name of Bank or Insurance Company:
Address:
Date:
112
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
……………………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity)
of ……………dated the…day of ………….20……….in the matter of Tender
No………..…of …………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the
Public Procurement Administrative Review Board to review the whole/part of the
above mentioned decision on the following grounds , namely:-
1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
etc
SIGNED ………………. (Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
113
Lodged with the Secretary Public Procurement Administrative Review Board on
………… day of ………....20….………
SIGNED
Board Secretary
Recommended